Section one: Contracting authority
one.1) Name and addresses
University of South Wales
Procurement Manager University of South Wales, Finance Dept, Llantwit Road
Pontypridd
CF37 1DL
Contact
Sharon Jenkins
sharon.jenkins@southwales.ac.uk
Telephone
+44 144348385
Fax
+44 1443482384
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0315
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Replacement of CMS (Content Management System) with a Digital Experience Platform
Reference number
Tender No 1707
two.1.2) Main CPV code
- 72268000 - Software supply services
two.1.3) Type of contract
Services
two.1.4) Short description
Tenders are being invited for the supply, installation and configuration of a replacement of a current CMS (Content Management System). The University is seeking a "Digital Experience Platform" through a SaaS cloud based service to reduce the burden on IT while supporting needs of staff and students. USW would like to migrate sites by the end of March 2022.
Managing the University web services is a highly labour-intensive process that is currently fragmented across many sub domains and administrative teams. It is anticipated that the new system will provide a highly self-service publishing capability for content managers and owners which will allow full integration of all required services and better support future design changes as we evaluate the needs of our staff and students.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £210,400 / Highest offer: £1,824,960 taken into consideration
two.2) Description
two.2.1) Title
Provision of a SaaS (Software as a Service) ‘Digital Experience Platform’
Lot No
1
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 48780000 - System, storage and content management software package
two.2.3) Place of performance
NUTS codes
- UKL15 - Central Valleys
two.2.4) Description of the procurement
The University is seeking to invest in the digital experience it provides current and prospective students via its website and as such is seeking to ensure content owners and managers have appropriate tools and services. Therefore, this tender is split into three separate but very closely related lots. These are:
Lot 1 - Provision of a SaaS (Software as a Service) ‘Digital Experience Platform’ (4-6yrs) - (This Lot 1)
Lot 2 - Full migration of existing sites to selected ‘Digital Experience Platform’
Lot 3 - UX Design & Development Service for the selected ‘Digital Experience Platform’
A tenderer may apply for just one, two, or all three lots of the tender and the University may choose separate suppliers for all three services. Where a tenderer intends to supply more than one of the services as a hard condition of their tender this must be clearly stated. Regardless of this, tenderers must separately detail each service and additionally provide the benefits of awarding them more than one of the required services. If benefits include service cost discounts of any kind, these must be clearly detailed on the quotations provided at the point of submission of the tender.
While a single supplier may be preferable for several reasons, the University is happy to consider ‘specialist services’ for both the website migration and ongoing user experience design and development services.
USW would prefer to migrate sites by the end of March 2022.
two.2.5) Award criteria
Quality criterion - Name: Digital Experience Platform Capabilities / Weighting: 30
Quality criterion - Name: Administration & Publishing / Weighting: 30
Quality criterion - Name: Analysis, Reporting, Alerts / Weighting: 5
Quality criterion - Name: Core IT Requirements / Weighting: 10
Quality criterion - Name: Implementation / Weighting: 15
Quality criterion - Name: Provider/Solution Suitability & Roadmap / Weighting: 10
Price - Weighting: 30
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
two.2) Description
two.2.1) Title
Full migration of existing sites to selected ‘Digital Experience Platform’
Lot No
2
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 48780000 - System, storage and content management software package
two.2.3) Place of performance
NUTS codes
- UKL15 - Central Valleys
two.2.4) Description of the procurement
The University is seeking to invest in the digital experience it provides current and prospective students via its website and as such is seeking to ensure content owners and managers have appropriate tools and services. Therefore, this tender is split into three separate but very closely related lots. These are:
Lot 1 - Provision of a SaaS (Software as a Service) ‘Digital Experience Platform’ (4-6yrs)
Lot 2 - Full migration of existing sites to selected ‘Digital Experience Platform’ (This Lot 2)
Lot 3 - UX Design & Development Service for the selected ‘Digital Experience Platform’
A tenderer may apply for just one, two, or all three lots of the tender and the University may choose separate suppliers for all three services. Where a tenderer intends to supply more than one of the services as a hard condition of their tender this must be clearly stated. Regardless of this, tenderers must separately detail each service and additionally provide the benefits of awarding them more than one of the required services. If benefits include service cost discounts of any kind, these must be clearly detailed on the quotations provided at the point of submission of the tender.
While a single supplier may be preferable for several reasons, the University is happy to consider ‘specialist services’ for both the website migration and ongoing user experience design and development services.
USW would prefer to migrate sites by the end of March 2022.
two.2.5) Award criteria
Quality criterion - Name: Migration methods and tenderer affiliations and dependencies / Weighting: 60
Quality criterion - Name: Core IT Requirements / Weighting: 10
Quality criterion - Name: Implementation / Weighting: 20
Quality criterion - Name: Provider/Solution Suitability / Weighting: 10
Price - Weighting: 30
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
two.2.14) Additional information
Duration of contract will depend upon timeframes required to complete this service.
two.2) Description
two.2.1) Title
UX Design & Development Service for the selected ‘Digital Experience Platform’
Lot No
3
two.2.2) Additional CPV code(s)
- 48780000 - System, storage and content management software package
- 48000000 - Software package and information systems
two.2.3) Place of performance
NUTS codes
- UKL15 - Central Valleys
two.2.4) Description of the procurement
The University is seeking to invest in the digital experience it provides current and prospective students via its website and as such is seeking to ensure content owners and managers have appropriate tools and services. Therefore, this tender is split into three separate but very closely related lots. These are:
Lot 1 - Provision of a SaaS (Software as a Service) ‘Digital Experience Platform’ (4-6yrs)
Lot 2 - Full migration of existing sites to selected ‘Digital Experience Platform’
Lot 3 - UX Design & Development Service for the selected ‘Digital Experience Platform’ (This Lot 3)
A tenderer may apply for just one, two, or all three lots of the tender and the University may choose separate suppliers for all three services. Where a tenderer intends to supply more than one of the services as a hard condition of their tender this must be clearly stated. Regardless of this, tenderers must separately detail each service and additionally provide the benefits of awarding them more than one of the required services. If benefits include service cost discounts of any kind, these must be clearly detailed on the quotations provided at the point of submission of the tender.
While a single supplier may be preferable for several reasons, the University is happy to consider ‘specialist services’ for both the website migration and ongoing user experience design and development services.
USW would prefer to migrate sites by the end of March 2022.
two.2.5) Award criteria
Quality criterion - Name: Design / Weighting: 30
Quality criterion - Name: Development / Weighting: 30
Quality criterion - Name: Maintenance / Weighting: 10
Quality criterion - Name: Core IT Requirements / Weighting: 10
Quality criterion - Name: Implementation / Weighting: 10
Quality criterion - Name: Provider/Solution Suitability & Roadmap / Weighting: 10
Price - Weighting: 30
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
two.2.14) Additional information
The duration of Lot 3 will depend upon business requirements.
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-022533
Section five. Award of contract
Lot No
1
Title
Provision of a SaaS (Software as a Service) ‘Digital Experience Platform’
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 January 2022
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other EU Member States: 4
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Terminalfour Solutions Ltd
Second Floor 110 Amiens Street Dublin 1 Ireland D01 F6N2
Dublin
D01F6N2
Telephone
+44 01753542
Country
Ireland
NUTS code
- IE - Ireland
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £70,400 / Highest offer: £923,360 taken into consideration
Section five. Award of contract
Lot No
2
Title
Full migration of existing sites to selected ‘Digital Experience Platform’
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 January 2022
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other EU Member States: 4
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Terminalfour Solutions Ltd
Second Floor 110 Amiens Street Dublin 1 Ireland D01 F6N2
Dublin
D01F6N2
Telephone
+44 01753542
Country
Ireland
NUTS code
- IE - Ireland
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £20,000 / Highest offer: £451,500 taken into consideration
Section five. Award of contract
Lot No
3
Title
UX Design & Development Service for the selected ‘Digital Experience Platform’
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 January 2022
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other EU Member States: 4
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Terminalfour Solutions Ltd
Second Floor 110 Amiens Street Dublin 1 Ireland D01 F6N2
Dublin
D01F6N2
Telephone
+44 01753542
Country
Ireland
NUTS code
- IE - Ireland
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £15,593 / Highest offer: £450,100 taken into consideration
Section six. Complementary information
six.3) Additional information
(WA Ref:118977)
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom