UK-London: Software consultancy services.
UK-London: Software consultancy services.
Preliminary Questions
	This notice is published by:
	Directive 2014/24/EU
Section I: Contracting authority/entity
I.1) Name and addresses
		 Hyde Housing Association
		 30 Park Street, null, London, SE1 9EQ, United Kingdom
		 Tel. +44 2032072600, Email: procurementhelpdesk@hyde-housing.co.uk
		 Main Address: https://www.hyde-housing.co.uk/
		 NUTS Code: UK
I.4) Type of the contracting authority (in the case of a notice published by a contracting authority)
		Body governed by public law 
I.5) Main Activity (in the case of a notice published by a contracting authority)
		Housing and community amenities
 
Section II: Object
II.1) Scope of the procurement
	
	II.1.1) Title: CRM Software Consultancy.
		Reference number:  Not Provided
		
	II.1.2) Main CPV code:
		72266000 - Software consultancy services.
	 
	II.1.3) Type of contract:  SERVICES 
	
	II.1.4) Short Description:  Extend support of our on premise CRM Application (TED) for a further year with an optional second year.  Core support hours will remain Monday to Friday 9am – 6pm. This application is expected to me replaced in the next 12-18 months. 
	
	II.1.6) Information about lots
		This contract is divided into lots:  No 
	II.1.7) Total value of the procurement (excluding VAT)
		Value: 550,000		
		Currency:  GBP 
II.2) Description 
	II.2.2) Additional CPV codes:
 		Not provided 
	II.2.3) Place of performance:
		UKI LONDON 
	 
	
	II.2.4) Description of the procurement: 
	 Extend support of our on premise CRM Application (TED) for a further year with an optional second year.  Core support hours will remain Monday to Friday 9am – 6pm. This application is expected to me replaced in the next 12-18 months. 	
	
	II.2.5) Award criteria
	(Directive 2014/24/EU / Directive 2014/25/EU)
					
	 Not provided 		
		
		
	II.2.11) Information about options:
		Options: 	No  		
	
	II.2.13) Information about European Union funds:
		The procurement is related to a project and/or programme financed by European Union funds: 	No  
	II.2.14) Additional information: 
	 Not provided 	
		
Section IV: Procedure
IV.1) Description
	
	IV.1.1) Type of procedure: Negotiated procedure without prior publication (in accordance with Article 32 of Directive 2014/24/EU) 			
	
	IV.1.3) Information about framework agreement
			The procurement involves the establishment of a framework agreement: No 	
	
	IV.1.8) Information about the Government Procurement Agreement (GPA)
			The procurement is covered by the Government Procurement Agreement: No 
			
IV.2)Administrative Information
	IV.2.1) Previous publication concerning this procedure:
		Notice number in OJ S:  Not provided 		
	
Section V: Award Of Contract/Concession
		
Award of Contract/Concession No: 1
Contract No: Not Provided 	Lot Number:  Not Provided 	Title:  Not Provided 
V.2) Award of contract/concession
		
		V.2.1) Date of contract award decision: 18/03/2019.
		
		V.2.2) Information about tenders
		The contract has been awarded to a group of economic operators: No .
		V.2.3) Name and address of the contractor/concessionaire, No. 1: 
			 CGI
		 31 Homer Road, Solihull, Birmingham, B91 3LT, United Kingdom
		 NUTS Code: UK
	The contractor/concessionaire will be an SME:  No 	
	
			
		V.2.4) Information on value of the contract/lot/concession:
			Initial estimated total value of the contract:  Not Provided 			
			Total value of the contract/lot/concession 550,000			
			Currency:  GBP 
		V.2.5) Information about subcontracting: 
			The contract is likely to be subcontracted: No 			
Section VI: Complementary Information
	VI.3) Additional Information:
		Value provided is maximum based on the optional additional year, which may not be required.
To view this notice, please click here: 
https://hyde.delta-esourcing.com/delta/viewNotice.html?noticeId=385952571
 GO-2019325-PRO-14575534  TKR-2019325-PRO-14575533	
	VI.4) Procedures for review
	
		VI.4.1) Review Body
			 Royal Courts of Justice
		 The Strand, null, London, WC2A 2LL, United Kingdom
	
		V1.4.2) Body responsible for mediation procedures: 
			Not Provided .
		VI.4.3) Review procedure
		Not Provided 	
		
		VI.4.4) Service from which information about the review procedure may be obtained
			Not Provided
	
	VI.5) Date of dispatch of this notice: 25/03/2019
Annex D1 - General Procurement
Justification for the award of the contract without prior publication of a call for competition in the Official Journal of the European Union
Directive 2014/24/EU
1. Justification for the choice of the negotiated procedure without prior publication of a call for competition in accordance with Article 32 of Directive 2014/24/EU
	No tenders or no suitable tenders/requests to participate in response to:  Not provided 
	
	
	The works, supplies or services can be provided only by a particular economic operator for the following reason:  absence of competition for technical reasons
	
	Extreme urgency brought about by events unforeseeable for the contracting authority and in accordance with the strict conditions stated in the directive:  No 
	
	Additional deliveries by the original supplier ordered under the strict conditions stated in the directive: Yes 
	New works/services, constituting a repetition of existing works/services and ordered in accordance with the strict conditions stated in the directive:  No  
	Service contract to be awarded to the winner or one of winners under the rules of a design contest:  No  
	
	Purchase of supplies or services on particularly advantageous terms:  Not Provided  
3. Explanation
	Please explain in a clear and comprehensive manner why the award of the contract without prior publication in the Official Journal of the European Union is 
	lawful, by stating the relevant facts and, as appropriate, the conclusions of law in accordance with the directive: (500 words maximum)
	Continuation of software consultancy to provide support of our on premise CRM Application (TED) for a further year with an optional second year.  CGI have developed / customised large elements of the current application, so it is considered that it would be uneconomical for another supplier to take over and continue this support. The conclusion is further supported by the Contracting Authority’s plans to replace the current system within the next 12-18 months.