Notice Information
Notice Title
Schools Information Management System (SIMS)
Notice Description
Transition from existing contractual model of perpetual licence of SIMS to local authority with associated support services, to software as a service model contracting directly with individual schools to provide SIMS and associated support services.
Lot Information
Lot 1
Prior to the award of these contracts, the current provider (ESS) had a contract with the local authority under which it provided a perpetual licence to the local authority for the purpose of providing SIMS to the schools in the local authority's area, with associated support services. ESS has now served notice to terminate that contract and requires that, in order to continue provision of SIMS, individual schools must enter into direct contracts with ESS to receive SIMS as software as a service. In order to bring about the transition, the local authority will enter into a Facilitation Agreement ("FA") with ESS under which nothing of value is received by ESS and no material services are provided to the local authority; it is purely an administrative arrangement to effect the transition. Each school in the local authority's area will enter into a School Contract ("SC") with ESS for the direct provision of SIMS as software as a service, at substantially the same cost as before. The highest value SC is 10957.44 and the lowest value SC is 200.64. The schools in the local authority's area whose governing bodies will enter into contracts with ESS are as follows: Acrefair Primary School Acton Park Primary School Alexandra Community Primary School All Saints School Barkers Lane Primary School Black Lane Primary School Borderbrook School Borras Park Community School Bronington V A Primary School Brynteg Primary School Bwlchgwyn Primary School Cefn Mawr Primary School Eyton Primary School Froncysyllte Primary School Garth CP School Gwenfro Community Primary School Gwersyllt Community Primary School Hafod y Wern Community Primary School Holt Primary School Llanarmon Dyffryn Ceiriog Prim Sch Madras V P Primary School Minera Primary School Park Community Primary School Pentre Controlled Primary School Penycae Community Primary School Penygelli CP School Rhosddu Primary School Rhostyllen Primary School Rhosymedre Community Primary School Rofft Primary School The St Annes RC Primary School St Chads Church in Wales Aid Sch St Christophers School St Giles VC Church in Wales Primary School St Marys Brymbo VA Primary School St Marys C In W Primary School St Marys C in W School St Marys Catholic Primary School St Pauls Church in Wales VA Primary School St Peters Primary School Victoria Junior School Wats Dyke Primary School Ysgol Cae'r Gwenyn Gorwelion Newydd Ysgol Bodhyfryd Ysgol Bro Alun Ysgol Bryn Tabor Ysgol Cynddelw Ysgol Gynradd Deiniol Ysgol Heulfan Ysgol Hooson Ysgol Maes Y Llan Ysgol Maes Y Mynydd Ysgol Min Y Ddol Ysgol Penrhyn New Broughton Primary School Ysgol Plas Coch Ysgol Sant Dunawd Ysgol Tanyfron Primary School Ysgol y Waun Ysgol Yr Hafod, Johnstown Ysgol Llan-y-pwll Darland High School Maelor School The St Josephs Catholic and Anglican High School Ysgol Bryn Alyn Ysgol Clywedog Ysgol Morgan Llwyd Ysgol Rhiwabon Ysgol Rhosnesni High Ysgol Y Grango The local authority publishes this notice on behalf of itself and the schools listed above but is not acting as a central purchasing body on behalf of the schools. Additional information: Contract duration: 36 months
Procurement Information
This contract award notice is intended to be a relevant contract award notice pursuant to Reg. 93(2), (3) and (4) of the Public Contracts Regulations 2015. It is published on a wholly voluntary basis and without prejudice to the local authority's and the governing body of each individual school's position that no prior publication of a contract notice, and thus no competitive tender exercise, was required in respect of the Facilitation Agreement (FA) and/or the individual Schools Contracts (SC).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-032986
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/008939-2022
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a call for competition
- 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
72260000 - Software-related services
72261000 - Software support services
72268000 - Software supply services
72300000 - Data services
72310000 - Data-processing services
72320000 - Database services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 4 Apr 20224 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 18 Feb 20224 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WREXHAM COUNTY BOROUGH COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- WREXHAM
- Postcode
- LL11 1AR
- Post Town
- Llandudno
- Country
- Wales
-
- Major Region (ITL 1)
- TLL Wales
- Basic Region (ITL 2)
- TLL3 North Wales
- Small Region (ITL 3)
- TLL34 Flintshire and Wrexham
- Delivery Location
- TLL23 Flintshire and Wrexham
-
- Local Authority
- Wrexham
- Electoral Ward
- Grosvenor
- Westminster Constituency
- Wrexham
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-032986-2022-04-04T10:30:25+01:00",
"date": "2022-04-04T10:30:25+01:00",
"ocid": "ocds-h6vhtk-032986",
"description": "continued from: iv.1.1 - ANNEX D - Justification for the award of the contract without prior publication of a call for competition Neither the local authority nor the governing body of any of the schools listed above accepts that the FA and/or the individual SCs are within the scope of application of Part 2 of the Public Contracts Regulations 2015 (as amended). The FA has no \"value\" as such but simply puts in place an administrative mechanism to manage the transition of contracts from local authorities to schools. It is therefore below the threshold set out in Reg. 5 (as reviewed pursuant to Reg. 5A) of the 2015 Regulations and thus Part 2 of the 2015 Regulations does not apply. The governing body of each individual school is a separate contracting authority and each individual SC is a separate contract. The values of the individual SCs entered into in the local authority's area range between 200.64 and 10,957.44 in total over the three-year duration of each SC. Each such individual contract is therefore below the threshold set out in Reg. 5 (as reviewed pursuant to Reg. 5A) of the 2015 Regulations and thus Part 2 of the 2015 Regulations does not apply. Further or in the alternative, neither the FA nor the individual SCs are subject to a requirement to carry out prior publication of a contract notice and/or any form of competitive tender, because the services can only be provided by one particular economic operator (ESS), because competition is absent for technical reasons pursuant to Reg. 32(2)(b)(ii) of the 2015 Regulations. This is because all of the schools in the local authority's area currently use ESS' SIMS product. It would take a minimum of [6 weeks] to transition from ESS' SIMS product to another product, including implementation, testing, training staff and migration of data. To avoid serious disruption to the school's functions, that transition has to take place over the long summer holidays. ESS served 90 days' notice to terminate the current arrangements, shortly before Christmas 2021. It would therefore not be possible, in the timescales imposed by ESS, for schools to tender for and purchase an alternative product and transition to it, without suffering serious disruption to essential services which would affect the ability of schools to continue to function and which may require schools to close. Further or in the alternative, neither the FA nor the individual SCs are subject to a requirement to carry out prior publication of a contract notice and/or any form of competitive tender, because of urgency pursuant to Reg. 32(2)(c) of the 2015 Regulations. The provision of an information management system is essential to the running of a school and a school cannot function without it. The notice to terminate the current contracts and the short timescale imposed by ESS were unforeseen by the local authority and the schools. Due to the short notice given by ESS, together with the time it would take to prepare and agree a specification and (following a tender exercise) to transition to a new product, the timescales for the open or restricted procedure, or competitive procedure with negotiation, cannot be complied with in the time available. It is intended in the future to advertise a competitive tender exercise for SIMS on an all-Wales basis, with award and transition to the new contracts resulting from such tender to coincide with the end of the 3-year term of the SCs entered into with ESS. Pre-tender market testing is likely to commence in the near future. (WA Ref:120133)",
"initiationType": "tender",
"tender": {
"id": "PROC21-165",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Schools Information Management System (SIMS)",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"mainProcurementCategory": "services",
"description": "Transition from existing contractual model of perpetual licence of SIMS to local authority with associated support services, to software as a service model contracting directly with individual schools to provide SIMS and associated support services.",
"lots": [
{
"id": "1",
"description": "Prior to the award of these contracts, the current provider (ESS) had a contract with the local authority under which it provided a perpetual licence to the local authority for the purpose of providing SIMS to the schools in the local authority's area, with associated support services. ESS has now served notice to terminate that contract and requires that, in order to continue provision of SIMS, individual schools must enter into direct contracts with ESS to receive SIMS as software as a service. In order to bring about the transition, the local authority will enter into a Facilitation Agreement (\"FA\") with ESS under which nothing of value is received by ESS and no material services are provided to the local authority; it is purely an administrative arrangement to effect the transition. Each school in the local authority's area will enter into a School Contract (\"SC\") with ESS for the direct provision of SIMS as software as a service, at substantially the same cost as before. The highest value SC is 10957.44 and the lowest value SC is 200.64. The schools in the local authority's area whose governing bodies will enter into contracts with ESS are as follows: Acrefair Primary School Acton Park Primary School Alexandra Community Primary School All Saints School Barkers Lane Primary School Black Lane Primary School Borderbrook School Borras Park Community School Bronington V A Primary School Brynteg Primary School Bwlchgwyn Primary School Cefn Mawr Primary School Eyton Primary School Froncysyllte Primary School Garth CP School Gwenfro Community Primary School Gwersyllt Community Primary School Hafod y Wern Community Primary School Holt Primary School Llanarmon Dyffryn Ceiriog Prim Sch Madras V P Primary School Minera Primary School Park Community Primary School Pentre Controlled Primary School Penycae Community Primary School Penygelli CP School Rhosddu Primary School Rhostyllen Primary School Rhosymedre Community Primary School Rofft Primary School The St Annes RC Primary School St Chads Church in Wales Aid Sch St Christophers School St Giles VC Church in Wales Primary School St Marys Brymbo VA Primary School St Marys C In W Primary School St Marys C in W School St Marys Catholic Primary School St Pauls Church in Wales VA Primary School St Peters Primary School Victoria Junior School Wats Dyke Primary School Ysgol Cae'r Gwenyn Gorwelion Newydd Ysgol Bodhyfryd Ysgol Bro Alun Ysgol Bryn Tabor Ysgol Cynddelw Ysgol Gynradd Deiniol Ysgol Heulfan Ysgol Hooson Ysgol Maes Y Llan Ysgol Maes Y Mynydd Ysgol Min Y Ddol Ysgol Penrhyn New Broughton Primary School Ysgol Plas Coch Ysgol Sant Dunawd Ysgol Tanyfron Primary School Ysgol y Waun Ysgol Yr Hafod, Johnstown Ysgol Llan-y-pwll Darland High School Maelor School The St Josephs Catholic and Anglican High School Ysgol Bryn Alyn Ysgol Clywedog Ysgol Morgan Llwyd Ysgol Rhiwabon Ysgol Rhosnesni High Ysgol Y Grango The local authority publishes this notice on behalf of itself and the schools listed above but is not acting as a central purchasing body on behalf of the schools. Additional information: Contract duration: 36 months",
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72260000",
"description": "Software-related services"
},
{
"scheme": "CPV",
"id": "72268000",
"description": "Software supply services"
},
{
"scheme": "CPV",
"id": "72261000",
"description": "Software support services"
},
{
"scheme": "CPV",
"id": "72300000",
"description": "Data services"
},
{
"scheme": "CPV",
"id": "72310000",
"description": "Data-processing services"
},
{
"scheme": "CPV",
"id": "72320000",
"description": "Database services"
}
],
"deliveryAddresses": [
{
"region": "UKL23"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"coveredBy": [
"GPA"
],
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_OUTSIDE_SCOPE",
"description": "The procurement falls outside the scope of application of the directive"
}
],
"procurementMethodRationale": "This contract award notice is intended to be a relevant contract award notice pursuant to Reg. 93(2), (3) and (4) of the Public Contracts Regulations 2015. It is published on a wholly voluntary basis and without prejudice to the local authority's and the governing body of each individual school's position that no prior publication of a contract notice, and thus no competitive tender exercise, was required in respect of the Facilitation Agreement (FA) and/or the individual Schools Contracts (SC)."
},
"awards": [
{
"id": "008939-2022-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-47665",
"name": "Education Software Solutions Limited"
}
]
}
],
"parties": [
{
"id": "GB-FTS-1082",
"name": "Wrexham County Borough Council",
"identifier": {
"legalName": "Wrexham County Borough Council"
},
"address": {
"streetAddress": "Commissioning Procurement and Contract Management Unit, Lampbit Street",
"locality": "Wrexham",
"region": "UKL23",
"postalCode": "LL11 1AR",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "procurement@wrexham.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.wrexham.gov.uk",
"buyerProfile": "https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0264",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-47665",
"name": "Education Software Solutions Limited",
"identifier": {
"legalName": "Education Software Solutions Limited"
},
"address": {
"streetAddress": "11 Kingsley Lodge, 13 New Cavendish Street",
"locality": "London",
"region": "UKI",
"postalCode": "W1G9UG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-111",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "Royal Courts of Justice, The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2079477501"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-1082",
"name": "Wrexham County Borough Council"
},
"contracts": [
{
"id": "008939-2022-1",
"awardID": "008939-2022-1",
"status": "active",
"dateSigned": "2022-02-18T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "5",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "6",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "7",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 1
},
{
"id": "9",
"measure": "electronicBids",
"relatedLot": "1",
"value": 0
},
{
"id": "3",
"measure": "lowestValidBidValue",
"relatedLot": "1",
"value": 200.64,
"currency": "GBP"
},
{
"id": "4",
"measure": "highestValidBidValue",
"relatedLot": "1",
"value": 10957.44,
"currency": "GBP"
},
{
"id": "1",
"measure": "lowestValidBidValue",
"value": 200.64,
"currency": "GBP"
},
{
"id": "2",
"measure": "highestValidBidValue",
"value": 10957.44,
"currency": "GBP"
}
]
},
"language": "en"
}