Contract notice
Section I: Contracting
authority
I.1) Name and addresses
University of South Wales
Procurement Manager University of South Wales, Finance Dept, Llantwit Road
Pontypridd
CF37 1DL
UK
Contact person: Sharon Jenkins
Telephone: +44 144348385
E-mail: sharon.jenkins@southwales.ac.uk
Fax: +44 1443482384
NUTS: UKL
Internet address(es)
Main address: https://www.southwales.ac.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0315
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://sell2wales.gov.wales
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://sell2wales.gov.wales
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Replacement of CMS (Content Management System) with a Digital Experience Platform
Reference number: Tender No 1707
II.1.2) Main CPV code
72268000
II.1.3) Type of contract
Services
II.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.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 3 lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Any Lots
II.2) Description
Lot No: 1
II.2.1) Title
Provision of a SaaS (Software as a Service) ‘Digital Experience Platform’
II.2.2) Additional CPV code(s)
48000000
48780000
II.2.3) Place of performance
NUTS code:
UKL15
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Option to extend for further 12 month periods up to six years in total.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Full migration of existing sites to selected ‘Digital Experience Platform’
II.2.2) Additional CPV code(s)
48000000
48780000
II.2.3) Place of performance
NUTS code:
UKL15
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 6
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Duration of contract will depend upon timeframes required to complete this service.
Lot No: 3
II.2.1) Title
UX Design & Development Service for the selected ‘Digital Experience Platform’
II.2.2) Additional CPV code(s)
48780000
48000000
II.2.3) Place of performance
NUTS code:
UKL15
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: Yes
Description of renewals:
Possible renewals up to 4 years with the potential to extend up to a total of 6 years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The duration of Lot 3 will depend upon business requirements.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
14/10/2021
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 18 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
14/10/2021
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=113839.
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.sell2wales.gov.wales/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.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
As part of the tendering process the University will be looking at ways that even more value may be obtained and would like to seek community benefits from this tender. Examples of the kind of benefits / opportunities that we would like to see are, for example, e.g. lectures, guest speaker slots, scholarships or perhaps student placements or internships.
When submitting your tender, you will need to submit a plan in a separate word document of how you would anticipate delivering any benefits through this contract. The community benefits will not be scored or evaluated but will be included as a condition of contract with the successful supplier.
(WA Ref:113839)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
10/09/2021