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