Award

Ministry of Defence Police Recruitment Website

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Award

22 Feb 2021 at 16:08

Summary of the contracting process

The Ministry of Defence is seeking to enhance its recruitment capabilities by procuring a new website through a tender titled "Ministry of Defence Police Recruitment Website." This project, classified under Internet services (CPV code 72400000), will be conducted with a selective procurement method, specifically as a call-off from a framework agreement. The tender period closed on 20 January 2021, while the awarded contract commenced on 4 February 2021 and is set to conclude on 3 February 2023. The total value of this contract is £29,720, and the service will be delivered at the Ministry's location in Corsham, England.

This procurement presents an excellent opportunity for businesses specialising in web design and development, particularly those experienced with Content Management Systems and compliance within government frameworks. Companies that are SMEs (small and medium-sized enterprises) will find themselves well-suited to compete, as the procurement includes requirements for website design, development, hosting, and user testing, thereby allowing for a broad range of innovative solutions tailored to the specific needs of the Ministry of Defence. With a focus on user accessibility and security standards, businesses that excel in these areas will significantly benefit from participating in this contract.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Ministry of Defence Police Recruitment Website

Notice Description

Design, to the MDP's specified requirements, and provide a hosting platform for a replacement of the existing Ministry of Defence Police recruitment website, using a Content Management System. The system is required to be accessible via Microsoft and Apple computers (to edit content using the Content Management System), MODNET terminals (used by MDP staff to view the website) and the Internet (for members of the public). The website will need to be mobile-optimised and accessible on all commonly expected devices, operating systems and web browsers so that interested parties and potential recruits can access it effectively from mobile phone, tablet, laptop or desktop devices and operating systems A trial version of the new website must be made available eight weeks after contract signature to allow MDP personnel (including Corp Comms) to test the system and ensure it meets the requirements. As a 'Software as a Service', the cost of the solution package is expected to include: * Website hosting, including provision of required expected bandwidth * Content Management System software solution, e.g. WordPress * Design, development and build of the website to our specifications (but within the confines of the supplied software solution) * Ability to back-up and restore website * Any required licensing, including but not limited to third party licenses Delivery and standards must comply with the G-Cloud framework and any other applicable enforceable documents, including supplier terms and conditions. Hosting platform - The hosting environment will include technical support and disaster recovery. Before the website goes live it will need to be accredited by DAIS using the Defence Assurance Risk Tool (DART), undergo security testing (i.e. vulnerability scanning) and will be SSL certified in line with required MOD security standards. An initial risk assessment has been undertaken using the Supplier Cyber Protection Service. User testing - In order to meet GDS standards, user testing must be incorporated in the development phase. It is expected that this would be carried out informally, organised by MDP/MOD but, with access to the test site and findings/recommendations to be addressed by the selected development team. Training - An initial training package must also be provided to ensure that Corp Comms staff are provided with appropriate training prior to the 'go live' date. The intention would then be for future cascade training to be delivered internally. If a requirement for future external training is identified this would be subject to a separate request.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-b99ee807-a5b2-4696-aa01-e720192a919b
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/1e3220f7-a9a4-4ff3-9e72-afdc7e20451b
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Call-off from a framework agreement
Tender Suitability
SME
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72400000 - Internet services

Notice Value(s)

Tender Value
£29,720 Under £100K
Lots Value
Not specified
Awards Value
£29,720 Under £100K
Contracts Value
Not specified

Notice Dates

Publication Date
22 Feb 20215 years ago
Submission Deadline
20 Jan 2021Expired
Future Notice Date
Not specified
Award Date
21 Jan 20215 years ago
Contract Period
4 Feb 2021 - 3 Feb 2023 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Thomas Blackall
Contact Email
thomas.blackall100@mod.gov.uk
Contact Phone
030 6770 7147

Buyer Location

Locality
CORSHAM
Postcode
SN13 9NR
Post Town
Swindon
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK7 Gloucestershire and Wiltshire
Small Region (ITL 3)
TLK72 Wiltshire
Delivery Location
Not specified

Local Authority
Wiltshire
Electoral Ward
Corsham Ladbrook
Westminster Constituency
Chippenham

Supplier Information

Number of Suppliers
1
Supplier Name

BINARY VISION

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-b99ee807-a5b2-4696-aa01-e720192a919b-2021-02-22T16:08:30Z",
    "date": "2021-02-22T16:08:30Z",
    "ocid": "ocds-b5fd17-b99ee807-a5b2-4696-aa01-e720192a919b",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "RM1557/ASDT0121",
        "title": "Ministry of Defence Police Recruitment Website",
        "description": "Design, to the MDP's specified requirements, and provide a hosting platform for a replacement of the existing Ministry of Defence Police recruitment website, using a Content Management System. The system is required to be accessible via Microsoft and Apple computers (to edit content using the Content Management System), MODNET terminals (used by MDP staff to view the website) and the Internet (for members of the public). The website will need to be mobile-optimised and accessible on all commonly expected devices, operating systems and web browsers so that interested parties and potential recruits can access it effectively from mobile phone, tablet, laptop or desktop devices and operating systems A trial version of the new website must be made available eight weeks after contract signature to allow MDP personnel (including Corp Comms) to test the system and ensure it meets the requirements. As a 'Software as a Service', the cost of the solution package is expected to include: * Website hosting, including provision of required expected bandwidth * Content Management System software solution, e.g. WordPress * Design, development and build of the website to our specifications (but within the confines of the supplied software solution) * Ability to back-up and restore website * Any required licensing, including but not limited to third party licenses Delivery and standards must comply with the G-Cloud framework and any other applicable enforceable documents, including supplier terms and conditions. Hosting platform - The hosting environment will include technical support and disaster recovery. Before the website goes live it will need to be accredited by DAIS using the Defence Assurance Risk Tool (DART), undergo security testing (i.e. vulnerability scanning) and will be SSL certified in line with required MOD security standards. An initial risk assessment has been undertaken using the Supplier Cyber Protection Service. User testing - In order to meet GDS standards, user testing must be incorporated in the development phase. It is expected that this would be carried out informally, organised by MDP/MOD but, with access to the test site and findings/recommendations to be addressed by the selected development team. Training - An initial training package must also be provided to ensure that Corp Comms staff are provided with appropriate training prior to the 'go live' date. The intention would then be for future cascade training to be delivered internally. If a requirement for future external training is identified this would be subject to a separate request.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72400000",
            "description": "Internet services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "SN13 9NR"
                    }
                ]
            }
        ],
        "value": {
            "amount": 29720,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Call-off from a framework agreement",
        "tenderPeriod": {
            "endDate": "2021-01-20T12:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2021-02-04T00:00:00Z",
            "endDate": "2023-02-03T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/7U7AuvS7",
            "name": "MINISTRY OF DEFENCE",
            "identifier": {
                "legalName": "MINISTRY OF DEFENCE",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/7U7AuvS7"
            },
            "address": {
                "streetAddress": "Mustang Building First Floor, MOD Corsham, Westwells Road",
                "locality": "Corsham",
                "postalCode": "SN13 9NR",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Thomas Blackall",
                "email": "thomas.blackall100@mod.gov.uk",
                "telephone": "030 6770 7147"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-COH-01956275",
            "name": "BINARY VISION LIMITED",
            "identifier": {
                "legalName": "BINARY VISION LIMITED",
                "scheme": "GB-COH",
                "id": "01956275"
            },
            "address": {
                "streetAddress": "23-24 Easton Street WC1X 0DS GB"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/7U7AuvS7",
        "name": "MINISTRY OF DEFENCE"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-b99ee807-a5b2-4696-aa01-e720192a919b-1",
            "status": "active",
            "date": "2021-01-21T00:00:00Z",
            "datePublished": "2021-02-22T16:08:30Z",
            "value": {
                "amount": 29720,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-COH-01956275",
                    "name": "BINARY VISION LIMITED"
                }
            ],
            "contractPeriod": {
                "startDate": "2021-02-04T00:00:00Z",
                "endDate": "2023-02-03T23:59:59Z"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/1e3220f7-a9a4-4ff3-9e72-afdc7e20451b",
                    "datePublished": "2021-02-22T16:08:30Z",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}