ID 4495113 - DfE - TOURISM NI - TOURISM BUSINESS HUB AND WEBSITE SUPPORT MAINTENANCE AND DEVELOPMENT

Award

Value

£1,606,535

Suppliers

Classifications

  • IT services: consulting, software development, Internet and support
  • Software package and information systems
  • Document creation, drawing, imaging, scheduling and productivity software package
  • Database and operating software package
  • Information systems and servers
  • System, storage and content management software package
  • System, storage and content management software development services
  • Content management software development services
  • Database-management system
  • Database and operating software development services
  • Database software development services
  • Web page editing software development services
  • Operating system enhancement software development services

Tags

  • award
  • contract

Published

1 year ago

Description

Tourism Northern Ireland (TNI) is responsible for the development of tourism and the marketing of Northern Ireland as a tourist destination to domestic tourists, from within Northern Ireland, and to visitors from the Republic of Ireland. Underpinning Tourism NI’s key priorities is a Transformation Programme, including an organisation restructure and the ongoing development of a secure, cloud-based IT infrastructure. Tourism NI wish to procure a contract for the support, maintenance, licencing and development of our current corporate and industry website, tourismni.com. The website requires to operate on Optimizely (previously Episerver) Content Management System (CMS) and requires full integration with Microsoft Dynamics Customer Relationship Management (CRM) System and software applications to deliver the functionality as detailed in this specification. TNI would like to procure a platform-as-a-service with out of the box functionality that only requires implementation and training to empower Tourism NI staff to utilise this functionality. The initial contract period is for 3 years with 1 further optional extension period of up to 2 years. Please refer to the document entitled “ID 4495113 – Specification” for full details of the requirement.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

HCC - 06/25 - Provision of Local Electric Vehicle Charging Infrastructure

Hertfordshire County Council is currently out to procurement for the Provision of Local Electric Vehicle Charging Infrastructure The purpose of this procurement exercise is to enable prospective Concessionaires to provide a tender laying out how they would introduce additional chargepoints in on-street, off-street and local car park locations across Hertfordshire. Utilising funding provided by the Department for Transport for the LEVI programme; this is a collaborative initiative with Hertfordshire County Council (the lead Highways authority), 10 District and Boroughs within Hertfordshire, inclusive of Parish and Town Councils. The LEVI programme aims to increase the provision of Electric Vehicle charging infrastructure across the county through the installation of EV infrastructure primarily in areas where residents do not have access to off street parking or find it difficult to access a chargepoint. This is particularly important for subsidising areas which are likely to be less commercially attractive to suppliers. The concessionaire(s) will be procured by Hertfordshire County Council ('the Council') on behalf of a consortium of lower tier authorities who have all committed to this programme, and have signed a Collaboration Agreement, which will be appended to the concession contract. The partnership authorities include: Hertfordshire County Council (lead delivery authority) • Broxbourne Borough Council • Dacorum Borough Council • East Hertfordshire District Council • Hertsmere Borough Council • North Hertfordshire District Council • St Albans City and District Council • Stevenage Borough Council • Three Rivers District Council • Welwyn Hatfield Borough Council • Watford Borough Council As a Tranche 1 authority Hertfordshire has received £6,015,000 of LEVI capital funding and expect that this will contribute towards our 2030 targets for electric vehicle charging provision. In line with our strategy the council is seeking service Concessionaires to increase provision of chargepoints, in the following types of locations spread across the county: Council owned car parks for both local and destination charging (there are 26,000 parking spaces and 400 available car parks across the county). For the LEVI fund the carparks in scope would need to be in proximity (roughly 5-min walk) to residential areas and be appropriate for overnight charging. Off-street locations in the form of hubs on other public-owned land On-street – including standalone bollards, hubs, lamp columns. The county has been split into three lots by geographical area. The purpose of this lotting is to provide consumers with options for different CPOs across the county, encourage competition and competitive tariffs and mitigate any risk of a monopoly across the county. Assigning lots as shown below, enables CPOs to provide charging infrastructure in urban and rural locations at a district level with each provider for the 3 lots being assigned a ‘section’ of the County. Lot Title 1 St Albans, Welwyn Hatfield, North Herts 2 Three Rivers, Watford, Hertsmere, Dacorum 3 Stevenage, Broxbourne, East Herts Tenderers may bid for one Lot, two lots, or all three Lots. The ITT Response Document applies commonly to all the relevant Lots selected apart from Bid Form 10 (Scale) which should be completed for each of the individual Lots being bid for. To maintain competition across the county Tenderers will be awarded a maximum of one Lot. Tenders for each Lot must be independent of each other, and not reliant on being awarded multiple Lots. Full details of the requirement and context of the procurement can be found in the Service Specification which is in Schedule 1 and Schedule 2 of the Contract Document. Organisations wishing to take part in this project are invited to ‘express an interest’ and also ‘opt in’ which will give access to the full procurement documents in the e-tendering system. To be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 noon on the 8th August 2025 Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. Please ensure that where possible documents are uploaded as a PDF and that file names are succinct. Any questions relating to this procurement must be made via correspondence on the website, in accordance with the procurement documents, and can be addressed to the main contact as shown in the details above. Tenderers should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home

Katy Reed

Published 11 hours ago
Open

Space Weather Delivery Partner

The Met Office owns the Severe Space Weather Risk on the National Security Risk Assessment (NSRA) and receives funding from the Department for Science, Innovation & Technology (DSIT) to deliver a core national space weather capability to inform mitigation against the worst effects by government and critical sectors.   Given the prominence of the severe space weather as a 'significant' risk on the UK Government's NSRA and the higher than anticipated activity in this solar cycle, cross-government activity has increased putting greater demands and requirements on Met Office. Increased funding has been secured to resource these more demanding requirements focussed on improving UK preparedness for any future severe space weather event.  Met Office Technology team is looking to supplement its internal resources to support and advise the Space Weather programme from the technical perspective. The resources to be provided by the Delivery Partner will work in a blended team and will be supported by Met Office internal technical, product and delivery management leadership. The Met Office require resources to develop, support, maintain and improve our Space Weather portfolio and associated technologies. We're looking for skills that align to the GDaD Profession Capability Framework The successful supplier will be expected to supply a suitable development team with the capacity to take immediate ownership of the support and delivery of the Met Office Space Weather portfolio. Note that a period of dual contract running is planned in order to ensure an effective handover of assets and domain knowledge. The contract will be a non exclusive contract delivered via Statements of Work on time and materials, capped time and materials and a hybrid pricing model using capped time and materials and fixed cost elements for appropriate SoW's. The incumbent Space Weather Delivery Partner contract is due to complete in March 2026, therefore the Met Office wishes to engage with the Market to procure a replacement Delivery Partner contract.

Katy Reed

Published 17 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete