Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

03 Contract Award Notice - Successful Supplier(s)

Replacement of CMS (Content Management System) with a Digital Experience Platform

  • First published: 22 February 2022
  • Last modified: 22 February 2022
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-113839
Published by:
University of South Wales
Authority ID:
AA0315
Publication date:
22 February 2022
Deadline date:
-
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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. CPV: 72268000, 48000000, 48780000, 48000000, 48780000, 48780000, 48000000.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

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.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

II.1.7) Total value of the procurement

Lowest offer: 210 400.00  GBP/ Highest offer: 1 824 960.00  GBP

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

Quality criterion: Digital Experience Platform Capabilities / Weighting: 30

Quality criterion: Administration & Publishing / Weighting: 30

Quality criterion: Analysis, Reporting, Alerts / Weighting: 5

Quality criterion: Core IT Requirements / Weighting: 10

Quality criterion: Implementation / Weighting: 15

Quality criterion: Provider/Solution Suitability & Roadmap / Weighting: 10

Price / Weighting:  30

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

Quality criterion: Migration methods and tenderer affiliations and dependencies / Weighting: 60

Quality criterion: Core IT Requirements / Weighting: 10

Quality criterion: Implementation / Weighting: 20

Quality criterion: Provider/Solution Suitability / Weighting: 10

Price / Weighting:  30

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

Quality criterion: Design / Weighting: 30

Quality criterion: Development / Weighting: 30

Quality criterion: Maintenance / Weighting: 10

Quality criterion: Core IT Requirements / Weighting: 10

Quality criterion: Implementation / Weighting: 10

Quality criterion: Provider/Solution Suitability & Roadmap / Weighting: 10

Price / Weighting:  30

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 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.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-022533

Section V: Award of contract

Lot No: 1

Title: Provision of a SaaS (Software as a Service) ‘Digital Experience Platform’

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

28/01/2022

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from 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

V.2.3) Name and address of the contractor

Terminalfour Solutions Ltd

Second Floor 110 Amiens Street Dublin 1 Ireland D01 F6N2

Dublin

D01F6N2

IE

Telephone: +44 01753542

NUTS: IE

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: Lowest offer: 70 400.00  GBP / Highest offer: 923 360.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: Full migration of existing sites to selected ‘Digital Experience Platform’

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

28/01/2022

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from 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

V.2.3) Name and address of the contractor

Terminalfour Solutions Ltd

Second Floor 110 Amiens Street Dublin 1 Ireland D01 F6N2

Dublin

D01F6N2

IE

Telephone: +44 01753542

NUTS: IE

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: Lowest offer: 20 000.00  GBP / Highest offer: 451 500.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: UX Design & Development Service for the selected ‘Digital Experience Platform’

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

28/01/2022

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from 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

V.2.3) Name and address of the contractor

Terminalfour Solutions Ltd

Second Floor 110 Amiens Street Dublin 1 Ireland D01 F6N2

Dublin

D01F6N2

IE

Telephone: +44 01753542

NUTS: IE

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: Lowest offer: 15 593.00  GBP / Highest offer: 450 100.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

(WA Ref:118977)

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

22/02/2022

Coding

Commodity categories

ID Title Parent category
48000000 Software package and information systems Computer and Related Services
72268000 Software supply services Software-related services
48780000 System, storage and content management software package Software package utilities

Delivery locations

ID Description
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1021 Monmouthshire and Newport

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
10 September 2021
Deadline date:
21 October 2021 00:00
Notice type:
02 Contract Notice
Authority name:
University of South Wales
Publication date:
08 October 2021
Notice type:
14 Corrigendum
Authority name:
University of South Wales
Publication date:
22 February 2022
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
University of South Wales

About the buyer

Main contact:
sharon.jenkins@southwales.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.