WRAP (Waste and Resources Action Programme) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Digital Platform |
Notice type: | Contract Notice |
Authority: | WRAP (Waste and Resources Action Programme) |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | WRAP wishes to appoint one or more suppliers to provide digital services. This work will provide a flexible digital platform that will enable WRAP to engage with its audiences across marketing channels and devices in an informed, data-driven and integrated way. This procurement is in three Lots: Lot 1 - Websites Lot 2 - Services Lot 3 - Network and hosting |
Published: | 21/04/2016 16:52 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Waste & Resources Action Programme
Second Floor, Blenheim Court, 19 George Street, Banbury, OX16 5BH, United Kingdom
Tel. +44 1295819693, Email: dave.marsh@wrap.org.uk
Contact: Dave Marsh
Main Address: http://www.wrap.org.uk, Address of the buyer profile: http://www.wrap.org.uk/tenders
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Banbury:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./FDKE273349
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/FDKE273349 to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Digital Platform
Reference Number: DIG016-006
II.1.2) Main CPV Code:
72000000 - IT services: consulting, software development, Internet and support.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: WRAP wishes to appoint one or more suppliers to provide digital services. This work will provide a flexible digital platform that will enable WRAP to engage with its audiences across marketing channels and devices in an informed, data-driven and integrated way. This procurement is in three Lots:
Lot 1 - Websites
Lot 2 - Services
Lot 3 - Network and hosting
II.1.5) Estimated total value:
Value excluding VAT: 1,350,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Any or all lots
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Websites
Lot No: 1
II.2.2) Additional CPV codes:
72000000 - IT services: consulting, software development, Internet and support.
48224000 - Web page editing software package.
48780000 - System, storage and content management software package.
48783000 - Content management software package.
72212220 - Internet and intranet software development services.
72212224 - Web page editing software development services.
72212783 - Content management software development services.
72413000 - World wide web WWW site design services.
72421000 - Internet or intranet client application development services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: To provide all of WRAP's core websites including its consumer sites and internal staff site (intranet). Providing the creative processes, systems, testing and support to produce websites that meet user needs and WRAP’s communications objectives, and provide a simple and easy experience for editors.
For the full description of the services and requirements see Part A of the procurement documents.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 800,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of cadidates: The five highest scoring candidates in Stage 1 (PQQ) plus ties will proceed to Stage 2 (tender).
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: Some individual items of work under this Lot may relate to FP7, Horizon2020, LIFE and/or any other EU-funded projects/programmes WRAP is or becomes involved with.
II.2.14) Additional information: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Services
Lot No: 2
II.2.2) Additional CPV codes:
72000000 - IT services: consulting, software development, Internet and support.
48780000 - System, storage and content management software package.
72212211 - Platform interconnectivity software development services.
72212220 - Internet and intranet software development services.
72212422 - Software development services suites.
72212781 - System management software development services.
72421000 - Internet or intranet client application development services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: To provide and manage all of the common services across the platform, including:
- Integration hub
- User database
- Authentication
- Evaluation system
- Payments system
For the full description of the services and requirements see Part A of the procurement documents.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 300,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of cadidates: The five highest scoring candidates in Stage 1 (PQQ) plus ties will proceed to Stage 2 (tender).
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: Some individual items of work under this Lot may relate to FP7, Horizon2020, LIFE and/or any other EU-funded projects/programmes WRAP is or becomes involved with.
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3
II.2.1) Title: Network
Lot No: 3
II.2.2) Additional CPV codes:
72000000 - IT services: consulting, software development, Internet and support.
72415000 - World wide web WWW site operation host services.
48825000 - Web servers.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: To provide a hosting environment that supports the full range of digital elements outlined in Lots 1 and 2, and across the digital platform. This will include:
- Hosted server environment
- System administration and consultancy
- Server and network security
- Monitoring
- Migration
For the full description of the services and requirements see Part A of the procurement documents.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 250,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5
Objective criteria for choosing the limited number of cadidates: The five highest scoring candidates in Stage 1 (PQQ) plus ties will proceed to Stage 2 (tender).
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: Some individual items of work under this Lot may relate to FP7, Horizon2020, LIFE and/or any other EU-funded projects/programmes WRAP is or becomes involved with.
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
All conditions are stated in the procurement documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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 the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 24/05/2016 Time: 23:55
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 09/06/2016
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The procurement documents are in several parts:
Part A sets out the background, scope, objectives, specific requirements, and instructions on how to prepare and submit a PQQ and tender.
Part B is the pre-qualification questionnaire application form. Requests to participate must be made using this form - submissions in any other format will be rejected.
Part C explains how tenders will be evaluated tenders, and provides the evaluation criteria.
Part D details the terms & conditions. There can be no negotiations over the terms of the procurement process or contract documents; you must therefore satisfy yourself as to all requirements and the Terms & Conditions of Contract.
WRAP considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Tender Submissions:
This procurement will be managed electronically through the Delta eSourcing suite.
Register on Delta at: www.delta-esourcing.com and click on ‘Supplier Register’.
For technical assistance with using Delta, please contact the help desk on +44 8452707050 (8:30 to 17:30, Monday to Friday excluding bank holidays).
Please register and familiarise yourself with the process in Delta at the earliest opportunity and allow sufficient time before the deadline to submit your PQQ/tender.
Award:
- One supplier will be contracted to each Lot.
- WRAP does not commit to awarding any work under this project. All values expressed within this Contract Notice are maximum values and are not intended to represent a guarantee of the level or value of contract that may ultimately be awarded to any supplier.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Banbury:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./FDKE273349
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/FDKE273349
VI.4) Procedures for review
VI.4.1) Review body:
Waste & Resources Action Programme
Second Floor, Blenheim Court, 19 George Street, Banbury, OX16 5BH, United Kingdom
Tel. +44 1295819900
VI.4.2) Body responsible for mediation procedures:
Waste & Resources Action Programme
Second Floor, Blenheim Court, 19 George Street, Banbury, OX16 5BH, United Kingdom
Tel. +44 1295819900
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 21/04/2016
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Waste & Resources Action Programme
Second Floor, Blenheim Court, 19 George Street, Banbury, OX16 5BH, United Kingdom
Tel. +44 1295819693, Email: dave.marsh@wrap.org.uk
Contact: Dave Marsh
Main Address: http://www.wrap.org.uk, Address of the buyer profile: http://www.wrap.org.uk/tenders
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Environment
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Digital Platform
Reference number: DIG016-006
II.1.2) Main CPV code:
72000000 - IT services: consulting, software development, Internet and support.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: This work will provide a flexible digital platform that will enable WRAP to engage with its audiences across marketing channels and devices in an informed, data-driven and integrated way. This procurement was in three Lots:
Lot 1 - Websites
Lot 2 - Services
Lot 3 - Network and hosting
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,125,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Websites
Lot No:1
II.2.2) Additional CPV code(s):
72000000 - IT services: consulting, software development, Internet and support.
48224000 - Web page editing software package.
48780000 - System, storage and content management software package.
48783000 - Content management software package.
72212220 - Internet and intranet software development services.
72212224 - Web page editing software development services.
72212783 - Content management software development services.
72413000 - World wide web WWW site design services.
72421000 - Internet or intranet client application development services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: To provide all of WRAP's core websites including its consumer sites and internal staff site (intranet). Providing the creative processes, systems, testing and support to produce websites that meet user needs and WRAP’s communications objectives, and provide a simple and easy experience for editors.
II.2.5) Award criteria:
Quality criterion - Name: Interpretation and understanding of the objectives and requirements / Weighting: 10
Quality criterion - Name: Technical approach / Weighting: 28
Quality criterion - Name: Management approach / Weighting: 22
Quality criterion - Name: The project team which will manage and deliver the work / Weighting: 10
Cost criterion - Name: Cost / Weighting: 30
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: Yes
Reference to project(s) and/or programme(s): Some individual items of work under this Lot may relate to FP7, Horizon2020, LIFE and/or any other EU-funded projects/programmes WRAP is or becomes involved with.
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:Services
Lot No:2
II.2.2) Additional CPV code(s):
72000000 - IT services: consulting, software development, Internet and support.
48780000 - System, storage and content management software package.
72212211 - Platform interconnectivity software development services.
72212220 - Internet and intranet software development services.
72212422 - Software development services suites.
72212781 - System management software development services.
72421000 - Internet or intranet client application development services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: To provide and manage all of the common services across the platform, including:
- Integration hub
- User database
- Authentication
- Evaluation system
- Payments system
II.2.5) Award criteria:
Quality criterion - Name: Interpretation and understanding of the objectives and requirements / Weighting: 10
Quality criterion - Name: Technical approach / Weighting: 28
Quality criterion - Name: Management approach / Weighting: 22
Quality criterion - Name: The project team which will manage and deliver the work / Weighting: 10
Cost criterion - Name: Cost / Weighting: 30
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: Yes
Reference to project(s) and/or programme(s): Some individual items of work under this Lot may relate to FP7, Horizon2020, LIFE and/or any other EU-funded projects/programmes WRAP is or becomes involved with.
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 3)
II.2.1) Title:Network
Lot No:3
II.2.2) Additional CPV code(s):
72000000 - IT services: consulting, software development, Internet and support.
72415000 - World wide web WWW site operation host services.
48825000 - Web servers.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: To provide a hosting environment that supports the full range of digital elements outlined in Lots 1 and 2, and across the digital platform. This will include:
- Hosted server environment
- System administration and consultancy
- Server and network security
- Monitoring
- Migration
II.2.5) Award criteria:
Quality criterion - Name: Interpretation and understanding of the objectives and requirements / Weighting: 10
Quality criterion - Name: Technical approach / Weighting: 28
Quality criterion - Name: Management approach / Weighting: 22
Quality criterion - Name: The project team which will manage and deliver the work / Weighting: 10
Cost criterion - Name: Cost / Weighting: 30
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: Yes
Reference to project(s) and/or programme(s): Some individual items of work under this Lot may relate to FP7, Horizon2020, LIFE and/or any other EU-funded projects/programmes WRAP is or becomes involved with.
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: 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 the OJEU: 2016/S 81-143369
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: DIG016-001
Lot Number: 1
Title: Websites
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 10/10/2016
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Equator (Scotland) Ltd
58 Elliot Street, Glasgow, G3 8DZ, United Kingdom
Internet address: www.eqtr.com
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 666,666
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: DIG016-002
Lot Number: 2
Title: Services
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 20/12/2016
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Torchbox Limited
Unit 9, Southill Business Park, Cornbury Park, Charlbury, OX7 3EW, United Kingdom
Internet address: https://torchbox.com/
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 250,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: DIG016-003
Lot Number: 3
Title: Network
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 10/10/2016
V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
The Internet Business Limited (Tibus)
Havelock House, Ormeau Road, Belfast, BT7 1EB, United Kingdom
Internet address: www.tibus.com
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 208,333
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=225601507
VI.4) Procedures for review
VI.4.1) Review body
Waste & Resources Action Programme
Second Floor, Blenheim Court, 19 George Street, Banbury, OX16 5BH, United Kingdom
Tel. +44 1295819900
VI.4.2) Body responsible for mediation procedures
Waste & Resources Action Programme
Second Floor, Blenheim Court, 19 George Street, Banbury, OX16 5BH, United Kingdom
Tel. +44 1295819900
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: WRAP incorporated a minimum 10 calendar day standstill period from the point at which the intention to award contracts was communicated to Tenderers. This period allowed unsuccessful tenderers to seek further information from the contracting authority or to challenge the award before the contracts were entered into.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 06/01/2017