Provide Web Design Services to Gloucestershire Council
Within this Framework we are planning to have 2 lots: Lot 1: Content Management System. This will include the following: a) Development of a new website.
United Kingdom-Gloucester: IT services: consulting, software development, Internet and support
2016/S 050-083085
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Gloucestershire County Council
Shire Hall
For the attention of: Mr Chris Keenleyside
GL1 2TG Gloucester
UNITED KINGDOM
Telephone: +44 1452324329
E-mail: chris.keenleyside@gloucestershire.gov.uk
Internet address(es):
General address of the contracting authority: www.gloucestershire.gov.uk
Further information can be obtained from: Gloucestershire County Council
Shire Hall
For the attention of: Mr Chris Keenleyside
GL1 2TG Gloucester
UNITED KINGDOM
Telephone: +44 1452324329
E-mail: chris.keenleyside@gloucestershire.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Gloucestershire County Council
Shire Hall
For the attention of: Mr Chris Keenleyside
GL1 2TG Gloucester
UNITED KINGDOM
Telephone: +44 1452324329
E-mail: chris.keenleyside@gloucestershire.gov.uk
Tenders or requests to participate must be sent to: Gloucestershire County Council
Shire Hall
For the attention of: Mr Chris Keenleyside
GL1 2TG Gloucester
UNITED KINGDOM
Telephone: +44 1452324329
E-mail: chris.keenleyside@gloucestershire.gov.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Gloucester City Council
Gloucester
UNITED KINGDOM
Tewkesbury Borough Council
Tewkesbury
UNITED KINGDOM
Cheltenham Borough Council
Cheltenham
UNITED KINGDOM
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 7: Computer and related services
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 470 000 GBP
II.1.5)Short description of the contract or purchase(s)
Lot 1: Content Management System. This will include the following:
a) Development of a new website;
b) Content Management System using Open Source Technology;
c) Ongoing website management;
Lot 2: Hosting Service. This will include the following:
a) Hosting Provision;
b) Scalable system;
c) Storage.
II.1.6)Common procurement vocabulary (CPV)
72000000, 48222000, 72212222, 72212224
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
a) The provision of a new content management system;
b) The design, look and feel of the new website and intranet site;
c) Hosting services;
d) Ongoing management of the website;
e) Integration of the different elements.
Gloucestershire County Council (the ‘Customer’) will manage this Framework.
The scope of this Framework includes working in collaboration with the Customer on projects including the provision of a new main Council website and 16 sub sites which includes Telecare, Schoolsnet, virtual school transport for Gloucestershire and Staffnet (our corporate intranet).
In addition to the current Customer website and intranet, the Customer pays for services on another 16 websites. As and when these contracts can either be terminated or expire the service of these websites will be transferred to the Framework where practicable.
The Customer is looking to procure:
i) An Open Source Content Management system for our new website and intranet sites;
ii) Web design services to work with us on look and feel of the site;
iii) Development services to build the site for us and help us find solutions to issues uncovered in user testing of iterations of the build;
iv) Ongoing maintenance and support for the website.
Both the Content Management and the Hosting provider are required to sign up along with the Council to the Collaboration Agreement. A supplier must confirm as part of their submission that they will sign up to this Collaboration Agreement as currently drafted.
The Council will consider Variant Bids. Please note that the variant bids will only be considered where the winning standard bid of the hosting lot is the same winning supplier for the standard CMS Lot. In all other circumstances the variant bids from other suppliers will not be considered. The scope of any variant bid would only be to show any saving that might be achieved by 1 supplier undertaking both lots.
In addition the following authorities will have access to this Framework:
— Cheltenham Borough Council;
— Gloucester City Council;
— Tewkesbury Borough Council.
Within this Framework we are planning to have 2 lots:
Lot 1: Content Management System. This will include the following:
a) Development of a new website;
b) Content Management System using Open Source Technology;
c) Ongoing website management.
Lot 2: Hosting Service. This will include the following:
a) Hosting Provision;
b) Scalable system;
c) Storage.
Estimated value excluding VAT: 470 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: See tender documents.
III.2.3)Technical capacity
See tender documents.
Minimum level(s) of standards possibly required:
See tender documents.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2015/S 223-405527 of 18.11.2015
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: