Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Education and Training Foundation
Third Floor, 157 - 197 Buckingham Palace Road
London
SW1W 9SP
UK
Telephone: +44 2037408280
E-mail: tenderqueries@etfoundation.co.uk
NUTS: UKI
Internet address(es)
Main address: http://www.et-foundation.co.uk
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA28768
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.mytenders.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.mytenders.co.uk
I.4) Type of the contracting authority
Other: Charity
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Strategic Digital Partner (Content Management System)
Reference number: 23/24.6-DDT
II.1.2) Main CPV code
72212783
II.1.3) Type of contract
Services
II.1.4) Short description
We are seeking a Strategic Digital Partner to deliver a Content Management System (CMS) solution that acts as our main website. In addition, the partner will inherit an existing membership portal CMS and deliver a single sign-on solution between our target state digital platforms.
II.1.5) Estimated total value
Value excluding VAT:
250 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
72222300
72266000
72200000
72220000
72227000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Beyond forming a new strategic partnership, the focus of this tender is to select a vendor whose product can deliver an industry-leading digital membership experience. Alongside this, the successful vendor will demonstrate that their organisation has the vision and capability to anchor a Content Management Systems (CMS) with the right target state for ETF’s future digital ecosystem.
ETF will appoint a lead contractor who will in turn appoint relevant sub-contractors as needed, ensuring we have a single responsible Strategic Digital Partner.
Our functional and non-functional requirements are set out in Part 2 of the Tender Response Document (TRD), which will need to be completed in full and submitted as part of the overall tender response.
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:
250 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
The contract will be for a three-year initial period followed by two optional one-year extension periods.
II.2.9) Information about the limits on the number of candidates to be invited
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
03/01/2024
Local time: 16:00
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)
IV.2.7) Conditions for opening of tenders
Date:
03/01/2024
Local time: 16:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=230706.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:230706)
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
UK
Telephone: +44 3450103503
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.5) Date of dispatch of this notice
10/11/2023