Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Clarion Housing Group Limited
Level 6, 6 More London, Tooley Street
London
SE1 2DA
UK
E-mail: procurement@clarionhg.com
NUTS: UKI
Internet address(es)
Main address: https://www.clarionhg.com
Address of the buyer profile: https://www.delta-esourcing.com
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 to:
https://www.delta-esourcing.com
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Other: 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 and Implementation
Reference number: Clarion Ref: 2600-2018-KR
II.1.2) Main CPV code
72413000
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 and Build Services for the Clarion Housing Group websites.
We wish to appoint 1 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:
8 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
72413000
II.2.3) Place of performance
NUTS code:
UKI
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 and Build Services for the Clarion Group websites.
We wish to appoint 1 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:
8 000 000.00
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
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
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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 with a single operator.
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
21/05/2018
Local time: 16:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
08/06/2018
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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
GO Reference: GO-2018419-PRO-12262659
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
UK
Internet address(es)
URL: https://www.justice.gov.uk/
VI.4.2) Body responsible for mediation procedures
Royal Courts of Justice
Strand
London
WC2A 2LL
UK
Internet address(es)
URL: https://www.justice.gov.uk/
VI.4.4) Service from which information about the review procedure may be obtained
Crown Commercial Service
Roseberry Court
Norwich
NR7 0HS
UK
Internet address(es)
URL: https://www.gov.uk/government/organisations/crown-commercial-service
VI.5) Date of dispatch of this notice
19/04/2018