Section one: Contracting authority
one.1) Name and addresses
Department for Business, Energy & Industrial Strategy
1 Victoria Street
London
SW1A 0ET
Contact
Dave Boston
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://beisgroup.ukp.app.jaggaer.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://beisgroup.ukp.app.jaggaer.com
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Invitation to Tender for Webcrawler
Reference number
ITT_495
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
The aim and objective of the tender exercise is to establish whether software that meets our essential requirements exists and evaluate any submissions from suppliers in the context of Office for Product Safety and Standards (OPSS) and online product enforcement/market surveillance.
The specific expectations of OPSS are:
• Cloud based software.
• Cloud based data securely stored within the UK.
• Accessible to license holders via standard issue BEIS laptops.
• Single sign on through BEIS accounts or if not possible then multi factor authentication
• Introductory training to be provided by the supplier.
• Support installing and integrating the software with BEIS IT (if required).
• Provision of initial training and ongoing support to OPSS users.
• Technical support within normal business hours (9-5 weekdays).
This will enable our teams to:
• deliver protection through responsive policy and active enforcement.
• apply policies and practices that reflect the needs of citizens.
• enable responsible businesses to thrive.
• co-ordinate local and national regulation.
• inspire confidence as a trusted regulator.
The outcomes we seek to deliver for citizens, business, and the environment are that:
• people are protected from product-related harm and can buy products with confidence.
• businesses comply with their legal obligations and responsible businesses can operate with confidence.
• the environment is protected from product-related harm and product regulation supports the transition to net zero.
Please register your interest in submitting a tender for this project by signing up to our procurement platform, Jaggaer. The Jaggaer platform allows for all ITT documents to be viewed and downloaded, bids to be submitted, and clarification questions to be asked and responded to. Please use the following link to register on the platform: https://beisgroup.ukp.app.jaggaer.com/.
Click on “Register” under “View Our Live Opportunities”. The ITT number for this requirement is itt_495. If you have any issues signing up to this platform, please email Cara Jenkins at cara.jenkins@beis.gov.uk. This will ensure you receive immediate notification of updates regarding the ITT process.
Please read the instructions on the tendering procedures carefully since failure to comply with them may invalidate your tender. Your tender must be returned by Thursday 15th December at 18:00 and must only be submitted via the Jaggaer platform.
two.1.5) Estimated total value
Value excluding VAT: £250,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The aim and objective of the tender exercise is to establish whether software that meets our essential requirements exists and evaluate any submissions from suppliers in the context of Office for Product Safety and Standards (OPSS) and online product enforcement/market surveillance.
The specific expectations of OPSS are:
• Cloud based software.
• Cloud based data securely stored within the UK.
• Accessible to license holders via standard issue BEIS laptops.
• Single sign on through BEIS accounts or if not possible then multi factor authentication
• Introductory training to be provided by the supplier.
• Support installing and integrating the software with BEIS IT (if required).
• Provision of initial training and ongoing support to OPSS users.
• Technical support within normal business hours (9-5 weekdays).
This will enable our teams to:
• deliver protection through responsive policy and active enforcement.
• apply policies and practices that reflect the needs of citizens.
• enable responsible businesses to thrive.
• co-ordinate local and national regulation.
• inspire confidence as a trusted regulator.
The outcomes we seek to deliver for citizens, business, and the environment are that:
• people are protected from product-related harm and can buy products with confidence.
• businesses comply with their legal obligations and responsible businesses can operate with confidence.
• the environment is protected from product-related harm and product regulation supports the transition to net zero.
Please register your interest in submitting a tender for this project by signing up to our procurement platform, Jaggaer. The Jaggaer platform allows for all ITT documents to be viewed and downloaded, bids to be submitted, and clarification questions to be asked and responded to. Please use the following link to register on the platform: https://beisgroup.ukp.app.jaggaer.com/.
Click on “Register” under “View Our Live Opportunities”. The ITT number for this requirement is itt_495. If you have any issues signing up to this platform, please email Cara Jenkins at cara.jenkins@beis.gov.uk. This will ensure you receive immediate notification of updates regarding the ITT process.
Please read the instructions on the tendering procedures carefully since failure to comply with them may invalidate your tender. Your tender must be returned by Thursday 15th December at 18:00 and must only be submitted via the Jaggaer platform.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
31 December 2025
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 December 2022
Local time
6:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 15 February 2023
four.2.7) Conditions for opening of tenders
Date
15 December 2022
Local time
6:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Department of Business Energy and Industrial Strategy
London
Country
United Kingdom