Website Design and Hosting Tender – Worcester
Tenders are invited for the supply of website design, hosting and Content Management System services.
United Kingdom-Worcester: IT services: consulting, software development, Internet and support
2020/S 131-322270
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
National registration number: 19059R
Postal address: Sanctuary House, Chamber Court, Castle Street
Town: Worcester
NUTS code: UKG WEST MIDLANDS (ENGLAND)
Postal code: WR1 3ZQ
Country: United Kingdom
E-mail: group.procurement@sanctuary-housing.co.uk
Telephone: +44 1905334000
Address of the buyer profile: http://www.sanctuary-group.co.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Website Design, Development and Hosting
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Tenders are invited for the supply of website design, hosting and Content Management System (CMS) services.
The key objectives of the tender are:
• to design, develop, host, maintain and provide on-going technical support for sanctuary’s websites;
• to manage a phased transition of websites from the current supplier;
• to deliver website development in a timely manner and work on multiple Sanctuary projects at any one time;
• to build for frictionless user experience and to accessibility requirements.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Tenders are invited for the supply of website design, hosting and Content Management System (CMS) services.
The key objectives of the tender are:
• to design, develop, host, maintain and provide on-going technical support for sanctuary’s websites;
• to manage a phased transition of websites from the current supplier;
• to deliver website development in a timely manner and work on multiple Sanctuary projects at any one time;
• to build for frictionless user experience and to accessibility requirements.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Potential for 1 year extensions up to a maximum duration of 7 years in total.
II.2.9)Information about the limits on the number of candidates to be invited
Selection questionnaire scoring.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
See procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.5)Information about negotiation
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Town: Worcester
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
Town: London
Country: United Kingdom
VI.5)Date of dispatch of this notice: