Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

EPP0053 Digital Solutions and Associated Services National Framework Agreement

  • First published: 22 May 2024
  • Last modified: 22 May 2024
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-03a57e
Published by:
Braintree District Council
Authority ID:
AA21110
Publication date:
22 May 2024
Deadline date:
20 June 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

BDC has published a notice in FTS inviting companies to express an interest in a National Framework Agreement available to all UK Public Sector Bodies (from here onwards referred to as Customers) for the provision of Digital Solutions and Associated Services, including but not limited to website software solutions, ongoing support and maintenance, bespoke development and professional services to enhance the digital presence of organisations. The national framework agreement will consist of 3 Lots/Sub-lots.

In conjunction with the framework ITT, Braintree District Council is issuing and Invitation to Participate in a mini-competition for the call-off of BDC requirements (under Lot 3), which will be open to Framework shortlisted Tenderers only.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Braintree District Council

Causeway House, Bocking End

Braintree

CM7 9HB

UK

Contact person: Lili Roqueta

Telephone: +44 1376551414

E-mail: lili.roqueta@braintree.gov.uk

NUTS: UKH3

Internet address(es)

Main address: www.braintree.gov.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.delta-esourcing.com/tenders/UK-UK-Braintree:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./67W9R2F5AU


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

EPP0053 Digital Solutions and Associated Services National Framework Agreement

Reference number: EPP0053

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

BDC has published a notice in FTS inviting companies to express an interest in a National Framework Agreement available to all UK Public Sector Bodies (from here onwards referred to as Customers) for the provision of Digital Solutions and Associated Services, including but not limited to website software solutions, ongoing support and maintenance, bespoke development and professional services to enhance the digital presence of organisations. The national framework agreement will consist of 3 Lots/Sub-lots.

In conjunction with the framework ITT, Braintree District Council is issuing and Invitation to Participate in a mini-competition for the call-off of BDC requirements (under Lot 3), which will be open to Framework shortlisted Tenderers only.

II.1.5) Estimated total value

Value excluding VAT: 2 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 3 lots

Maximum number of lots that may be awarded to one tenderer: 5

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Sub-Lots 1b and 1c

Sub-Lot 1a and Lot 2

II.2) Description

Lot No: 1a

II.2.1) Title

Lot 1 Software Solutions Sub-Lot 1a – Full digital service solution (Automatic Entry for Tenderers awarded a place in both Lots 1b AND 1c)

II.2.2) Additional CPV code(s)

72210000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

This Sub-Lot provides a full digital service solution that enables customers to transform their operations and customer experiences using digital technologies. This is an automatic entry Lot which will comprise the winning suppliers from both Sub-Lots 1b and 1c.

This Lot is suitable for Customers who have considered current and future requirements for a specific call-off contract and have established their needs would be better covered by the scope of both Sub-Lots 1b and 1c

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: 500 000.00  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:

New edition of the framework would replace this one

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

II.2.10) Information about variants

Variants will be accepted: No

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

This is an automatic entry Lot which will comprise the winning suppliers from both Sub-Lots 1b and 1c.

Lot No: 1b

II.2.1) Title

Lot 1 Software solutions, Sub-Lot 1b – Website and online form solution

II.2.2) Additional CPV code(s)

72210000

72212224

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

This Sub-Lot provides a website solution that enables customers to create, manage, and publish digital content to a website. This solution can help customers improve their online presence, reach a wider audience, increase revenue and improve efficiency.

This Lot would be more suited to Customers who are looking to promote products or services, share news or advertise events and more.

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: 200 000.00  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:

New edition of the framework would replace this one

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 1c

II.2.1) Title

Lot 1 – Software Solutions, Sub-Lot 1c – Case management solution/Customer Relationship Management System (CRM)

II.2.2) Additional CPV code(s)

72212445

72210000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

This Sub-Lot provides Case Management Solution/Customer Relationship Management (CRM) only. CRM solutions enable customers to manage interactions with their customers and potential customers. These solutions can help customers build customer relationships and streamline processes so they can increase sales, improve customer service, and increase profitability.

This Lot would be more suited to customers wishing to build customer relationships and access a comprehensive view of all customer data, including personal details, all communication history, and more, in a single location.

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: 200 000.00  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:

New edition of the framework would replace this one

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 2

II.2.1) Title

Lot 2 – Professional services

II.2.2) Additional CPV code(s)

72200000

72590000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

Professional services offered within Lot 2 include but are not limited to:

•Consultancy

•Website Integrations

•Discovery and research

•Training

•Website development

•Maintenance

•Implementation

•User Acceptance Testing (UAT) | Sandbox

•Quality assurance

•Data migration

•Wireframing

These professional services collectively enhance the digital presence of an organisation.

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: 100 000.00  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:

New edition of the framework would replace this one

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

II.2.10) Information about variants

Variants will be accepted: No

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

Lot No: 3

II.2.1) Title

Lot 3 - Multidisciplinary

II.2.2) Additional CPV code(s)

72200000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

This Lot encompasses all services within this framework. This is an automatic entry Lot which will comprise the winning suppliers from both Lots 1a and 2.

This Lot is suitable for Customers who have considered current and future requirements for a specific call-off contract and have established their needs would be better covered by the scope of both Lots 1a and 2.

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: 1 000 000.00  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:

New edition of the framework would replace this one

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

II.2.10) Information about variants

Variants will be accepted: No

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

This is an automatic entry Lot which will comprise the winning suppliers from both Lots 1a and 2.

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:

Formally documented quality management system, e.g ISO 9001

Cyber Essential, or Cyber Essential Plus, or certification on Information security, cybersecurity and privacy protection (e.g. ISO27001).

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-004489

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 20/06/2024

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 09/07/2024

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: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: 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.

This Framework Agreement as described in the contract notice will be available to all UK contracting authorities as defined in section 2 of the Public Contracts Regulations 2015, as amended or replaced from time to time. This includes but is not limited to local authorities, educational establishments, emergency services, Health, Police, Fire and Rescue, Devolved Administrations, central government departments and their agencies, registered charities, etc. Please see further details at: https://www.ephframeworks.org/frameworks/public-sector-bodies-able-use-framework-agreements

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Braintree:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./67W9R2F5AU

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/67W9R2F5AU

GO Reference: GO-2024520-PRO-26118149

VI.4) Procedures for review

VI.4.1) Review body

Braintree District Council

Causeway House

Braintree

CM7 9HB

UK

Telephone: +44 1376551414

VI.4.2) Body responsible for mediation procedures

Braintree District Council

Causeway House

Braintree

CM7 9HB

UK

Telephone: +44 1376551414

VI.4.4) Service from which information about the review procedure may be obtained

Braintree District Council

Causeway House

Braintree

CM7 9HB

UK

Telephone: +44 1376551414

VI.5) Date of dispatch of this notice

20/05/2024

Coding

Commodity categories

ID Title Parent category
72590000 Computer-related professional services Computer-related services
72212445 Customer Relation Management software development services Programming services of application software
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
72210000 Programming services of packaged software products Software programming and consultancy services
72200000 Software programming and consultancy services IT services: consulting, software development, Internet and support
72212224 Web page editing software development services Programming services of application software

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
lili.roqueta@braintree.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.