Braintree District Council : Website Design

  Braintree District Council has published this notice through Delta eSourcing

Notice Summary
Title: Website Design
Notice type: Contract Notice
Authority: Braintree District Council
Nature of contract: Services
Procedure: Restricted
Short Description: Creation of website designs to provide a communications and services portal
Published: 31/07/2014 14:36

View Full Notice

UK-Braintree: System, storage and content management software package.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Braintree District Council
      Causeway House, Bocking End, Braintree, CM7 9HB, United Kingdom
      Tel. +44 1376551414, Fax. +44 1376557792, Email: procurement@braintree.gov.uk, URL: www.braintree.gov.uk
      Contact: Procurement Services, Attn: Paula Jarvis

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Website Design
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 7

         Region Codes: UK - UNITED KINGDOM         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      
            Framework agreement with several operators
            maximum number of participants to the framework agreement envisaged: 4
         Duration of the framework agreement:
                        Duration in months: 48
         Estimated total value of purchases for the entire duration of the framework agreement:
                                    
            Range between: 2,000,000 and 10,000,000
            Currency: GBP
                  
      II.1.5)Short description of the contract or purchase:
      System, storage and content management software package. Content management software package. Software programming and consultancy services. Programming services of systems and user software. Programming services of application software. Industry specific software development services. Creation of website designs to provide a communications and services portal
         
      II.1.6)Common Procurement Vocabulary:
         48780000 - System, storage and content management software package.
         
         48783000 - Content management software package.
         
         72200000 - Software programming and consultancy services.
         
         72211000 - Programming services of systems and user software.
         
         72212000 - Programming services of application software.
         
         72212100 - Industry specific software development services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      This Framework Agreement as described above will be available to all UK public bodies. This includes local authorities, educational establishments, registered providers and emergency services, NHS bodies, central government departments and their agencies and also registered charities.

See the following websites for details:

http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm
http://www.edubase.gov.uk/EstablishmentFind.aspx,
http://www.schoolswebdirectory.co.uk/localauthorities.php
http://www.hero.ac.uk/uk/universities___colleges/,
http://www.police-information.co.uk/police-directory/,
http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx, http://www.direct.gov.uk/en/Dl1/Directories/AZOfCentralGovernment/index.htm,
http://www.charity-commission.gov.uk/registeredcharities/first.asp, http://www.direct.gov.uk/en/DI1/Directories/Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG, http://www.housingcorp.gov.uk/server/show/nav.490,
http://www.scotland.gov.uk/Topics/Statistics/Browser/Labour-Market/,
http://new.wales.gov.uk/?lang=en,
http://www.northernireland.gov.uk/az2.htm,
http://www.police-information.co.uk/police-directory/index.php?cat=6&subcat=29,
http://www.fireservice.co.uk/information/ukfrs.php,
http://www.citizensadvice.org.uk/index/aboutus/citizens_advice_offices.htm.                  
         Estimated value excluding VAT:
         Range between: 2,000,000 and 10,000,000
         Currency: GBP
               
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      In Tender Documents      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         Not Provided
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         Not Provided      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 5 and maximum number: 8         
         Objective Criteria for choosing the limited number of candidates:
         Administrative manageability to limit to a maximum number of 8 tenderers   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: PROC14-0110      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 09/09/2014
         Time: 15:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: Not Provided         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   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, and the contract will be awarded on the basis of the most economically advantageous tender.

To express an interest in this framework, please send an email containing your company name, contact point, telephone number and email address to procurement@braintree.gov.uk referencing PROC14-0110
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=107964858
GO-2014731-PRO-5883855 TKR-2014731-PRO-5883854
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 31/07/2014

ANNEX A

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      See II.2.1
      See II.2.1, See II.2.1, United Kingdom

View any Notice Addenda

View Award Notice

UK-Braintree: System, storage and content management software package.

Section I: Contracting Authority
   Title: UK-Braintree: System, storage and content management software package.
   I.1)Name, Addresses and Contact Point(s):
      Braintree District Council
      Causeway House, Bocking End, Braintree, CM7 9HB, United Kingdom
      Tel. +44 1376551414, Fax. +44 1376557792, Email: procurement@braintree.gov.uk, URL: www.braintree.gov.uk
      Contact: Procurement Services, Attn: Paula Jarvis

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      Not Provided

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Website Design      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 7
         
         Region Codes: UK - UNITED KINGDOM         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         System, storage and content management software package. Content management software package. Software programming and consultancy services. Programming services of systems and user software. Programming services of application software. Industry specific software development services. CONTRACT AWARD NOTICE Creation of website designs to provide a communications and services portal
      II.1.5)Common procurement vocabulary:
         48780000 - System, storage and content management software package.
         48783000 - Content management software package.
         72200000 - Software programming and consultancy services.
         72211000 - Programming services of systems and user software.
         72212000 - Programming services of application software.
         72212100 - Industry specific software development services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Price - 40
         Functionality - 10
         Implementation - 25
         Contract Management - 15
         Innovation - 10
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: PROC14-0110         
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 09/01/2015      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: 0       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Goss Interactive Ltd
         Postal address: 24 Darklake View
         Town: Plymouth
         Postal code: PL6 7TL
         Country: United Kingdom
         Email: simon.smith@gossinteractive.com
         Telephone: +44 8448803637
         Internet address: www.gossinteractive.com
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   2: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 09/01/2015      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Jadu Limited
         Postal address: Universe House, 1 Merus Court
         Town: Leicester
         Postal code: LE19 1RJ
         Country: United Kingdom
         Email: sales@jadu.net
         Telephone: +44 1162227242
         Internet address: www.jadu.net
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   3: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 09/01/2015      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Rippleffect Studio Ltd
         Postal address: 5th Floor, Liverpool Echo Building
         Town: Liverpool
         Postal code: L3 9PP
         Country: United Kingdom
         Email: dholland@rippleffect.com
         Telephone: +44 8458038381
         Internet address: www.rippleffect.com
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided
   
   4: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 09/01/2015      
      V.2) Information About Offers
         Number Of Offers Received: Not Provided          
         Number Of Offers Received By Electronic Means: Not Provided       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: The Stationery Office (TSO)
         Postal address: 29 St Johns Lane
         Town: London
         Postal code: EC1M 4NA
         Country: United Kingdom
         Email: holly.ellis@tso.co.uk
         Telephone: +44 2078738228
         Internet address: www.tso.co.uk
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided

Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)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, and the contract will be awarded on the basis of the most economically advantageous tender.To express an interest in this framework, please send an email containing your company name, contact point, telephone number and email address to procurement@braintree.gov.uk referencing PROC14-0110
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=126277036
GO-2015116-PRO-6295767 TKR-2015116-PRO-6295766   
   VI.3.1)Body responsible for appeal procedures:
      Not Provided
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 16/01/2015   
ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
      Any UK Public Sector Body
      Authorities specified in section II.1.4, Authorities specified in section II.1.4, United Kingdom, UK, United Kingdom