Award

ID 3095831 - Collaborative Call Off Contract for Microsoft Licensing Solutions Partner (LSP)

DEPARTMENT OF FINANCE

This public procurement record has 2 releases in its history.

Award

27 Jul 2021 at 11:15

Tender

25 May 2021 at 12:34

Summary of the contracting process

The Department of Finance in the UK is overseeing a public procurement process titled "Collaborative Call Off Contract for Microsoft Licensing Solutions Partner (LSP)", which falls under the IT services category, particularly in consulting and software development. This procurement, initiated on May 25, 2021, is currently active and follows an open procedure method. The tender period is set to close on June 29, 2021, and the value of the contract is estimated at £100 million. The contract has an initial three-year term with an option to extend for an additional three years, targeting various public sector organisations in Northern Ireland.

This tender presents significant opportunities for IT service providers, specifically those with expertise in Microsoft licensing solutions and consulting services. Businesses that are well-suited to compete should have a robust capability in software development and a proven track record of managing licensing agreements. Additionally, companies intending to bid should note the serious performance monitoring requirements stipulated in the contract, which could lead to exclusion from future procurement competitions if not adhered to. This background creates an environment for credible suppliers to secure substantial public contracts while also supporting their growth within the public sector landscape.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

ID 3095831 - Collaborative Call Off Contract for Microsoft Licensing Solutions Partner (LSP)

Notice Description

IT Assist currently has in place two Microsoft Licensing Agreements; - Microsoft Enterprise Agreement - Microsoft Select Plus Agreements These agreements were setup using the current License Solutions Partner (LSP). However, NICS procurement policy requires that we openly tender for the selection of a LSP to manage these agreements. IT Assist will initiate the Change of Channel Partner process as necessary, allowed for under these Agreements, upon the completion of this procurement and the selection of a supplier. It is anticipated that other NICS and Public Sector organisations will also make use of this contract.

Lot Information

Lot 1

IT Assist currently has in place two Microsoft Licensing Agreements; - Microsoft Enterprise Agreement - Microsoft Select Plus Agreements These agreements were setup using the current License Solutions Partner (LSP). However, NICS procurement policy requires that we openly tender for the selection of a LSP to manage these agreements. IT Assist will initiate the Change of Channel Partner process as necessary, allowed for under these Agreements, upon the completion of this procurement and the selection of a supplier. It is anticipated that other NICS and Public Sector organisations will also make use of this contract. Additional information: Participating Bodies for this contract can be found at:. . https://www.finance-ni.gov.uk/publications/list-public-bodies-which-can-participate-cpd-collaborative-frameworks. . Additional Public Sector Bodies using contract:. . Police Rehabilitation and Retraining Trust. Tourism NI. NI Screen. Invest NI. SEUPB. NI Water. NI Assembly Commission. PSNI. Commissioner for Older peoplefor NI

Options: Initial three-year term contract with an option to extend for a further three-year period.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02b4c4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/017778-2021
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
£100,000,000 £100M-£1B
Lots Value
£100,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
£100,000,000 £100M-£1B

Notice Dates

Publication Date
27 Jul 20214 years ago
Submission Deadline
29 Jun 2021Expired
Future Notice Date
Not specified
Award Date
22 Jul 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT OF FINANCE
Contact Name
Not specified
Contact Email
ssdadmin.cpd@finance-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT3 9ED
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN Northern Ireland

Local Authority
Belfast
Electoral Ward
Sydenham
Westminster Constituency
Belfast East

Supplier Information

Number of Suppliers
1
Supplier Name

BRITISH TELECOMMUNICATIONS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02b4c4-2021-07-27T12:15:03+01:00",
    "date": "2021-07-27T12:15:03+01:00",
    "ocid": "ocds-h6vhtk-02b4c4",
    "description": "The successful contractor's performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of twelve months from the date of issue of the certificate...",
    "initiationType": "tender",
    "tender": {
        "id": "ID 3095831",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "ID 3095831 - Collaborative Call Off Contract for Microsoft Licensing Solutions Partner (LSP)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "description": "IT Assist currently has in place two Microsoft Licensing Agreements; - Microsoft Enterprise Agreement - Microsoft Select Plus Agreements These agreements were setup using the current License Solutions Partner (LSP). However, NICS procurement policy requires that we openly tender for the selection of a LSP to manage these agreements. IT Assist will initiate the Change of Channel Partner process as necessary, allowed for under these Agreements, upon the completion of this procurement and the selection of a supplier. It is anticipated that other NICS and Public Sector organisations will also make use of this contract.",
        "value": {
            "amount": 100000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "IT Assist currently has in place two Microsoft Licensing Agreements; - Microsoft Enterprise Agreement - Microsoft Select Plus Agreements These agreements were setup using the current License Solutions Partner (LSP). However, NICS procurement policy requires that we openly tender for the selection of a LSP to manage these agreements. IT Assist will initiate the Change of Channel Partner process as necessary, allowed for under these Agreements, upon the completion of this procurement and the selection of a supplier. It is anticipated that other NICS and Public Sector organisations will also make use of this contract. Additional information: Participating Bodies for this contract can be found at:. . https://www.finance-ni.gov.uk/publications/list-public-bodies-which-can-participate-cpd-collaborative-frameworks. . Additional Public Sector Bodies using contract:. . Police Rehabilitation and Retraining Trust. Tourism NI. NI Screen. Invest NI. SEUPB. NI Water. NI Assembly Commission. PSNI. Commissioner for Older peoplefor NI",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "value": {
                    "amount": 100000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2160
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Initial three-year term contract with an option to extend for a further three-year period."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-06-29T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2021-09-27T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2021-06-29T15:30:00+01:00"
        },
        "bidOpening": {
            "date": "2021-06-29T15:30:00+01:00"
        },
        "hasRecurrence": false,
        "reviewDetails": "CPD will comply with the Public Contracts Regulations 2015 and, where. appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award . decision before the contract is entered into.."
    },
    "parties": [
        {
            "id": "GB-FTS-3956",
            "name": "Department of Finance",
            "identifier": {
                "legalName": "Department of Finance"
            },
            "address": {
                "streetAddress": "Clare House, 303 Airport Road West",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "SSDAdmin.CPD@finance-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.finance-ni.gov.uk/",
                "buyerProfile": "https://www.finance-ni.gov.uk/topics/procurement",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-318",
            "name": "The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015",
            "identifier": {
                "legalName": "The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015"
            },
            "address": {
                "locality": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-3552",
            "name": "Department of Finance",
            "identifier": {
                "legalName": "Department of Finance"
            },
            "address": {
                "streetAddress": "303 Airport Road West",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "SSDAdmin.CPD@finance-ni.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.finance-ni.gov.uk/",
                "buyerProfile": "https://www.finance-ni.gov.uk/topics/procurement",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-23616",
            "name": "BRITISH TELECOMMUNICATIONS PLC",
            "identifier": {
                "legalName": "BRITISH TELECOMMUNICATIONS PLC"
            },
            "address": {
                "streetAddress": "Newgate Street",
                "locality": "LONDON",
                "region": "UK",
                "postalCode": "EC1A 7AJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7483107774",
                "email": "hannah.luke@bt.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.bt.com/",
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-3552",
        "name": "Department of Finance"
    },
    "language": "en",
    "awards": [
        {
            "id": "017778-2021-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-23616",
                    "name": "BRITISH TELECOMMUNICATIONS PLC"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "017778-2021-1-1",
            "awardID": "017778-2021-1-1",
            "title": "Contract",
            "status": "active",
            "value": {
                "amount": 100000000,
                "currency": "GBP"
            },
            "dateSigned": "2021-07-23T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            }
        ]
    }
}