Award

Schools Information Management System (SIMS)

NEWPORT CITY COUNCIL

This public procurement record has 1 release in its history.

Award

23 May 2022 at 12:57

Summary of the contracting process

Newport City Council is overseeing the procurement of a Schools Information Management System (SIMS) aimed at transitioning individual schools in Newport to a software as a service model. This process falls under the IT services industry category, with the procurement method being a limited award procedure without prior publication. The contracts for this initiative relate to a total value that ranges from GBP 673.50 to GBP 15,376.20, and the contracts are set for a duration of 36 months. The engagement was initiated on 25th March 2022, and this stage of the procurement process is currently marked as complete.

This contract presents significant growth opportunities for businesses specialising in software solutions and educational technology. Companies that can provide robust software services, including system support and data management, will be well-positioned to compete. As the schools transition from existing arrangements, there may be future competitive tender processes advertised on an all-Wales basis, allowing for broader participation and potential engagement with a range of educational institutions seeking effective information management solutions.

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

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 School is GBP 12718.25 and the lowest value School is GBP 41.23 The schools in the local authority's area whose governing bodies will enter into contracts with ESS are as follows: Alway Primary School Bassaleg School Bridge Achievement Centre Caerleon Comprehensive School Caerleon Lodge Hill Primary School Charles Williams Church in Wales Primary School Clytha Primary School Crindau JI School Eveswell Primary School Gaer Primary School Glan Llyn Primary School West Glan Usk Primary School Glasllwch JI School High Cross Primary School Jubilee Park Primary School Langstone Primary School Llanmartin JI School Llanwern High School Lliswerry Comprehensive School Lliswerry Primary School Maes Ebbw School Maesglas JI School Maindee Primary School Malpas Church In Wales Primary School Malpas Court Primary School Malpas Park JI School Marshfield Primary School Millbrook Primary School Milton Primary School Monnow Primary School Mount Pleasant JI School Newport Nursery School Pentrepoeth Primary School Pillgwenlly Primary School Ringland Primary School Rogerstone Primary School Somerton JI School St Andrew's Primary School St Davids RC Primary School St Gabriels RC JI School St Josephs RC High School St Josephs RC School St Julians Primary School St Julians School St Marys RC J I School St Michaels RC JI School St Patricks RC JI School St Woolos JI School The John Frost School Tredegar Park Primary School Ysgol Bryn Derw Ysgol Gyfun Gwent Is Coed Ysgol Gymraeg Bro Teyron Ysgol Gymraeg Casnewydd Ysgol Gymraeg Ifor Hael Ysgol Gymraeg Nant Gwenlli Newport High School 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). 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).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-033cab
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/013830-2022
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
23 May 20223 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
25 Mar 20223 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
NEWPORT CITY COUNCIL
Contact Name
Richard Leake
Contact Email
richard.leake@newport.gov.uk
Contact Phone
+44 1633656656

Buyer Location

Locality
NEWPORT
Postcode
NP20 4UR
Post Town
Newport
Country
Wales

Major Region (ITL 1)
TLL Wales
Basic Region (ITL 2)
TLL5 South East Wales
Small Region (ITL 3)
TLL54 Monmouthshire and Newport
Delivery Location
TLL21 Monmouthshire and Newport

Local Authority
Newport
Electoral Ward
Allt-yr-yn
Westminster Constituency
Newport West and Islwyn

Supplier Information

Number of Suppliers
1
Supplier Name

EDUCATION SOFTWARE SOLUTIONS

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-033cab-2022-05-23T13:57:44+01:00",
    "date": "2022-05-23T13:57:44+01:00",
    "ocid": "ocds-h6vhtk-033cab",
    "description": "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 GBP673.50 and GBP15376.20 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 1 year 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:119500)",
    "initiationType": "tender",
    "tender": {
        "id": "NCC-2021-161",
        "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 School is GBP 12718.25 and the lowest value School is GBP 41.23 The schools in the local authority's area whose governing bodies will enter into contracts with ESS are as follows: Alway Primary School Bassaleg School Bridge Achievement Centre Caerleon Comprehensive School Caerleon Lodge Hill Primary School Charles Williams Church in Wales Primary School Clytha Primary School Crindau JI School Eveswell Primary School Gaer Primary School Glan Llyn Primary School West Glan Usk Primary School Glasllwch JI School High Cross Primary School Jubilee Park Primary School Langstone Primary School Llanmartin JI School Llanwern High School Lliswerry Comprehensive School Lliswerry Primary School Maes Ebbw School Maesglas JI School Maindee Primary School Malpas Church In Wales Primary School Malpas Court Primary School Malpas Park JI School Marshfield Primary School Millbrook Primary School Milton Primary School Monnow Primary School Mount Pleasant JI School Newport Nursery School Pentrepoeth Primary School Pillgwenlly Primary School Ringland Primary School Rogerstone Primary School Somerton JI School St Andrew's Primary School St Davids RC Primary School St Gabriels RC JI School St Josephs RC High School St Josephs RC School St Julians Primary School St Julians School St Marys RC J I School St Michaels RC JI School St Patricks RC JI School St Woolos JI School The John Frost School Tredegar Park Primary School Ysgol Bryn Derw Ysgol Gyfun Gwent Is Coed Ysgol Gymraeg Bro Teyron Ysgol Gymraeg Casnewydd Ysgol Gymraeg Ifor Hael Ysgol Gymraeg Nant Gwenlli Newport High School 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": [
                        {
                            "name": "Ability to continue to provide SIMS",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "name": "Continue to provide SIMS at substantially the same price",
                            "type": "cost",
                            "description": "50"
                        }
                    ]
                },
                "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": "UKL21"
                    }
                ],
                "deliveryLocation": {
                    "description": "Newport"
                },
                "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). 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)."
    },
    "awards": [
        {
            "id": "013830-2022-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-47665",
                    "name": "Education Software Solutions Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-490",
            "name": "Newport City Council",
            "identifier": {
                "legalName": "Newport City Council"
            },
            "address": {
                "streetAddress": "Civic Centre",
                "locality": "Newport",
                "region": "UKL21",
                "postalCode": "NP20 4UR",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Richard Leake",
                "telephone": "+44 1633656656",
                "email": "richard.leake@newport.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.newport.gov.uk",
                "buyerProfile": "https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0273",
                "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"
            },
            "contactPoint": {
                "telephone": "+44 7999709125"
            },
            "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-490",
        "name": "Newport City Council"
    },
    "contracts": [
        {
            "id": "013830-2022-1",
            "awardID": "013830-2022-1",
            "status": "active",
            "dateSigned": "2022-03-25T00:00:00Z"
        }
    ],
    "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": 1
            },
            {
                "id": "3",
                "measure": "lowestValidBidValue",
                "relatedLot": "1",
                "value": 41.23,
                "currency": "GBP"
            },
            {
                "id": "4",
                "measure": "highestValidBidValue",
                "relatedLot": "1",
                "value": 12718.25,
                "currency": "GBP"
            },
            {
                "id": "1",
                "measure": "lowestValidBidValue",
                "value": 41.23,
                "currency": "GBP"
            },
            {
                "id": "2",
                "measure": "highestValidBidValue",
                "value": 12718.25,
                "currency": "GBP"
            }
        ]
    },
    "language": "en"
}