{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-054771-2025-06-12T11:52:32+01:00",
    "date": "2025-06-12T11:52:32+01:00",
    "ocid": "ocds-h6vhtk-054771",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-UKPRN-10007459",
            "name": "Weston College",
            "identifier": {
                "scheme": "GB-UKPRN",
                "id": "10007459"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PDXW-8796-BVPP"
                }
            ],
            "address": {
                "streetAddress": "Knightstone Road",
                "locality": "Weston-super-Mare",
                "postalCode": "BS23 2AL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK12"
            },
            "contactPoint": {
                "email": "WCGTender@weston.ac.uk",
                "telephone": "01934 411 411"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-UKPRN-10007459",
        "name": "Weston College"
    },
    "tender": {
        "id": "WCPR-169",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Website Hosting and Development",
        "description": "Weston College is a leading further and higher education institution based in Weston-super-Mare, North Somerset, UK. With a strong reputation for excellence in education, training, and student support, the College serves a diverse community of over 30,000 learners annually across multiple campuses. Renowned for its innovation, inclusivity, and high standards, Weston College delivers a broad curriculum ranging from GCSEs and A-Levels to vocational training, apprenticeships, and degree-level programs in partnership with top universities. The contract will commence on 05/01/2026 for a term of 3 years + 1 year. The contract is fixed price with the Contractor invoicing Weston College Group for one-twelfth of the annual cost on a monthly basis. 2. Operational Requirement: Key Business Objectives The aim of which must be to meet the objectives defined below: 1. To deliver a seamless customer experience from initial discovery to application/enrolment/payment (as applicable) 2. To provide a seamless user experience with a focus on mobile and accessibility 3. Act as the single source of truth for course information, managing an API to load and edit course pages on the website 4. Ability to showcase latest news and events 5. Provide insight into audience behavior Please ensure that, within your proposal, you have costed and allowed for adequate contract supervision and management. Assumptions Several assumptions have been made in respect of the project brief and requirements: * It is assumed that the Suppliers will meet all the requirements outlined in this document * It is assumed that the Supplier selected will conduct their own discovery and requirements gathering exercise with College to ensure that all needs are met, not just those as defined within this document * It is assumed that College will have the right to use the technology built as part of this project for other business units as required Criteria Website Development Support Server Hosting weston.ac.uk Y - ongoing Y ucw.ac.uk N - request only Y weiot.ac.uk N - request only Y construction-training-centre.co.uk N - request only Y westonwintergardens.co.uk N - request only Y forwardfutures.co.uk N - request only Y thegreenhousewsm.co.uk N - request only Y Current website infrastructure and management * The website is managed by the Digital Marketing Manager with most front end development being carried out by two internal web developers. * Additional members of the marketing team act as \"content editors\"' adding news stories and updating copy. * The website is hosted via an AWS server, managed and maintained by a separate supplier. * The website is based on a Drupal CMS * The website is integrated with online applications via an API (provided via an external software developer, Tribal). * Any developed code, tools or IP is owned by Weston College Group. Handover It is expected that any new supplier will propose a comprehensive mobilisation plan that will allow for a smooth transition of services working closely with the incumbent. A list of Non-functional Requirements has been defined as below. The Group have used the MoSCoW method of applying expected priority to these requirements. Key: M (Must have), S (Should have), C (Could have) and (Would have). If you cannot meet the Must Have requirements please advise why, and how you will overcome this element of the project.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 90720,
            "amount": 75600,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Below threshold - open competition",
        "mainProcurementCategory": "services",
        "specialRegime": [
            "concession"
        ],
        "aboveThreshold": false,
        "submissionMethodDetails": "Bidders are advised that a tender shall only be considered when; 1. All requirements of the tender documentation are completed and returned. 2. It is submitted back to Weston College Group via email to WCGTender@weston.ac.uk",
        "submissionTerms": {
            "electronicSubmissionPolicy": "notAllowed"
        },
        "tenderPeriod": {
            "endDate": "2025-08-29T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-07-31T12:00:00+01:00"
        },
        "otherRequirements": {
            "reservedParticipation": [
                "smeVcse"
            ],
            "reservedParticipationLocation": {
                "gazetteer": {
                    "scheme": "GB-ONS",
                    "identifiers": [
                        "K02000001"
                    ]
                }
            }
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 90720,
                    "amount": 75600,
                    "currency": "GBP"
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-01-05T00:00:00Z",
                    "endDate": "2029-01-04T23:59:59Z",
                    "maxExtentDate": "2030-01-04T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will commence on 05/01/2026 for a term of 3 years + 1 year."
                },
                "awardCriteria": {
                    "description": "Eligibility Criteria Eligibility will be assessed through the SQ stage. SQ Scoring Matrix: Met 3 Partially met 2 No met 1 Scores will be collated, only suppliers who score above 6 will receive an Invitation to presentation stage. Suppliers who score 1 on any of the SQ questions will not be progressed to presentation stage. Evaluation process 1. Selection Questionnaire will allow potential suppliers to self-declare their status against the eligibility criteria and exclusion grounds to provide preliminary evidence of their suitability to pursue a professional activity, economic and financial standing, and technical and professional ability. 2. Invitation to Tender will include service specific tender questions to enable potential suppliers to submit a full and detailed offer to supply services against the specification provided in the PIN. 3. Supplier Presentation will allow potential suppliers to present service models, innovation and finances to the evaluation panel. 4. Evaluation of tenders and presentation. ITT Scoring Matrix: [This may vary by service] Innovation and added value 10% Account management 10% People and mobilisation 10% Service specific detail 20% Financial 20% Added & Social Value 10% Business continuity and Disaster planning 10% Presentation Question 10% 5. Formal notification of scoring and contact award."
                }
            }
        ],
        "documents": [
            {
                "id": "A-2083",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2083",
                "format": "application/pdf"
            },
            {
                "id": "031841-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/031841-2025",
                "datePublished": "2025-06-12T11:52:32+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}