Clarion Housing Group: Clarion Housing's Digital Experience Strategy, Design & Implementation

  Clarion Housing Group is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Clarion Housing's Digital Experience Strategy, Design & Implementation
Notice type: Contract Notice
Authority: Clarion Housing Group
Nature of contract: Services
Procedure: Negotiated
Short Description: Clarion Housing Group Limited wishes to appoint a contractor to provide Website Redesign & Build Services for the Clarion Housing Group websites. We wish to appoint one contractor to provide digital services to transform the Clarion digital footprint into a modern highly functional, customer focussed, service-led user experience. Clarion Housing Group is seeking to award the contract to a supplier for the goods and/or services who will also provide an options analysis and recommendations for a Content Management System. The competitive procedure with negotiation has been selected because our needs are complex and cannot be met without adaptation of readily available solutions, including design or innovative solutions.
Published: 19/04/2018 18:14
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: World wide web WWW site design services.
Section I: Contracting Authority
      I.1) Name and addresses
             Clarion Housing Group Limited
             Level 6, 6 More London, Tooley Street, London, SE1 2DA, United Kingdom
             Email: procurement@clarionhg.com
             Main Address: https://www.clarionhg.com, Address of the buyer profile: https://www.delta-esourcing.com
             NUTS Code: UKI
      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-London:-World-wide-web-WWW-site-design-services./47PM924Z9X
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com 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
            Other type:: Registered Provider of Social Housing
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Clarion Housing's Digital Experience Strategy, Design & Implementation       
      Reference Number: Clarion Ref: 2600-2018-KR
      II.1.2) Main CPV Code:
      72413000 - World wide web WWW site design services.
      CA43-9 - Digital

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Clarion Housing Group Limited wishes to appoint a contractor to provide Website Redesign & Build Services for the Clarion Housing Group websites.

We wish to appoint one contractor to provide digital services to transform the Clarion digital footprint into a modern highly functional, customer focussed, service-led user experience. Clarion Housing Group is seeking to award the contract to a supplier for the goods and/or services who will also provide an options analysis and recommendations for a Content Management System.

The competitive procedure with negotiation has been selected because our needs are complex and cannot be met without adaptation of readily available solutions, including design or innovative solutions.       
      II.1.5) Estimated total value:
      Value excluding VAT: 8,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      72413000 - World wide web WWW site design services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Clarion Housing Group Limited wishes to appoint a contractor to provide Website Redesign & Build Services for the Clarion Group websites.
We wish to appoint one contractor to provide digital services to transform the Clarion digital footprint into a modern highly functional, customer focussed, service-led user experience. Clarion Housing Group is seeking to award the contract to a supplier for the goods and/or services who will also provide an options analysis and recommendations for a Content Management System.

It is not possible to fully define the potential scope and deliverables up-front as it’s expected that working in partnership and collaboration within an AGILE framework will allow for inspection and adaptation to ensure a maximisation of value to the Clarion business from the engagement. A high level scope and full details of our requirement can be found within the tender 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: 8,000,000       
      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: Yes       
      Description of renewals: 1 year under exceptional circumstance only
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 7       
      Objective criteria for choosing the limited number of candidates: Refer to procurement documents for further information
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      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: No       
      Identification of the project: Not provided             
      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:          
      As stated in the procurement documents    
      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          
      Not Provided          
      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: No

Section IV: Procedure
   IV.1) Description NEGOTIATED
      IV.1.1) Type of procedure:   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with a single operator       
         Envisaged maximum number of participants to the framework agreement:
Not Provided           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
   IV.1.5) Information about negotiation: Yes.
   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: 21/05/2018 Time: 16:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 08/06/2018       
      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): 6
      
      

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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-World-wide-web-WWW-site-design-services./47PM924Z9X

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/47PM924Z9X
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       Strand, London, WC2A 2LL, United Kingdom
       Internet address: https://www.justice.gov.uk/
   VI.4.2) Body responsible for mediation procedures:
             Royal Courts of Justice
          Strand, London, WC2A 2LL, United Kingdom
          Internet address: https://www.justice.gov.uk/
   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:
          Crown Commercial Service
       Roseberry Court, Norwich, NR7 0HS, United Kingdom
       Internet address: https://www.gov.uk/government/organisations/crown-commercial-service
   VI.5) Date Of Dispatch Of This Notice: 19/04/2018

Annex A


View any Notice Addenda

View Award Notice

UK-London: World wide web WWW site design services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Clarion Housing Group Limited
       Level 6, 6 More London, Tooley Street, London, SE1 2DA, United Kingdom
       Email: procurement@clarionhg.com
       Main Address: https://www.clarionhg.com, Address of the buyer profile: https://www.delta-esourcing.com
       NUTS Code: UKI

   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:
      Other type:: Registered Provider of Social Housing

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Clarion Housing's Digital Experience Strategy, Design & Implementation            
      Reference number: Clarion Ref: 2600-2018-KR

      II.1.2) Main CPV code:
         72413000 - World wide web WWW site design services.
            CA43-9 - Digital


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Clarion Housing Group Limited wishes to appoint a contractor to provide Website Redesign & Build Services for the Clarion Housing Group websites.

We wish to appoint one contractor to provide digital services to transform the Clarion digital footprint into a modern highly functional, customer focussed, service-led user experience. Clarion Housing Group is seeking to award the contract to a supplier for the goods and/or services who will also provide an options analysis and recommendations for a Content Management System.

The competitive procedure with negotiation has been selected because our needs are complex and cannot be met without adaptation of readily available solutions, including design or innovative solutions.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 8,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            72413000 - World wide web WWW site design services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: Clarion Housing Group Limited wishes to appoint a contractor to provide Website Redesign & Build Services for the Clarion Group websites.
We wish to appoint one contractor to provide digital services to transform the Clarion digital footprint into a modern highly functional, customer focussed, service-led user experience. Clarion Housing Group is seeking to award the contract to a supplier for the goods and/or services who will also provide an options analysis and recommendations for a Content Management System.

It is not possible to fully define the potential scope and deliverables up-front as it’s expected that working in partnership and collaboration within an AGILE framework will allow for inspection and adaptation to ensure a maximisation of value to the Clarion business from the engagement. A high level scope and full details of our requirement can be found within the tender documents.

      II.2.5) Award criteria:
       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: Competitive procedure with negotiation


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: 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
       Not Provided
   

   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: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 20/08/2018

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Tullo Marshall Warren Ltd (T/A TMW Unlimited)
             Unlimited House, 10 Great Pulteney Street, London, W1F 9NB, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Codehouse Limited
             Aissela, 46 High Street, Esher,, Surrey, KT10 9QY, United Kingdom
             NUTS Code: UKJ2
            The contractor is an SME: Yes
         
         Contractor (No.3)
             How Splendid Limited (T/A Splendid Unlimited)
             Unlimited House,, 10 Great Pulteney Street, London, W1F 9NB, United Kingdom
             NUTS Code: UKI
            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: 8,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=341290058

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice
          Strand, London, WC2A 2LL, United Kingdom
          Internet address: https://www.justice.gov.uk/

      VI.4.2) Body responsible for mediation procedures
          Royal Courts of Justice
          Strand, London, WC2A 2LL, United Kingdom
          Internet address: https://www.justice.gov.uk/

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Crown Commercial Service
          Roseberry Court, Norwich, NR7 0HS, United Kingdom
          Internet address: https://www.gov.uk/government/organisations/crown-commercial-service

   VI.5) Date of dispatch of this notice: 23/08/2018