Opportunity

Strategic Digital Partner (Content Management System)

  • The Education and Training Foundation

F02: Contract notice

Notice reference: 2023/S 000-033278

Published 10 November 2023, 11:04am



Section one: Contracting authority

one.1) Name and addresses

The Education and Training Foundation

Third Floor, 157 - 197 Buckingham Palace Road

London

SW1W 9SP

Email

tenderqueries@etfoundation.co.uk

Telephone

+44 2037408280

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

http://www.et-foundation.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA28768

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk

one.4) Type of the contracting authority

Other type

Charity

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Strategic Digital Partner (Content Management System)

Reference number

23/24.6-DDT

two.1.2) Main CPV code

  • 72212783 - Content management software development services

two.1.3) Type of contract

Services

two.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.

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.2.2) Additional CPV code(s)

  • 72222300 - Information technology services
  • 72266000 - Software consultancy services
  • 72200000 - Software programming and consultancy services
  • 72220000 - Systems and technical consultancy services
  • 72227000 - Software integration consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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.

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

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.

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.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 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

3 January 2024

Local time

4:00pm

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

3 January 2024

Local time

4:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.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)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit