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.

02 Contract Notice

Enquiry Management, Conversion & Admissions Services

  • First published: 19 June 2023
  • Last modified: 19 June 2023
  • This file may not be fully accessible.

  •  

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-kuma6s-132480
Published by:
University of South Wales
Authority ID:
AA0315
Publication date:
19 June 2023
Deadline date:
20 July 2023
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Lot 1: The supply of a service that will seek to optimise and manage both ‘UK’ and ‘International’ enquiries from prospective students and facilitate and drive a higher rate of conversion from enquiry to application and from offer to enrolment. The University anticipates that the service will be intensely utilised during key student recruitment periods, but will remain engaged throughout the year, to ensure support is available for key enquiry management and conversion activities. To achieve the above, USW anticipates that the service will work in close collaboration with in-house UK and International teams to deliver an integrated conversion plan. The University is seeking to procure and embed this service, at pace, with all activity up and running by Early October 2023. Lot 2: The University also wishes to obtain a service to handle Admissions processing and associated communications that are needed post application. The successful partner will be required to support the in-house Admissions Team with decision making and associated communications across a range of key markets. In the first instance, this will be international markets but there may be a need to extend this to UK admissions processing should our business needs require this. Consideration for extended working days and hours, including weekends is required. This may also include the Christmas and New Year period. The service will be delivered in close partnership with existing in-house teams and will be required to provide visibility of processing activity and key service metrics, through the regular provision of management information. CPV: 75121000, 75121000, 75121000.

Full notice text

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: Tina Struebig

E-mail: tina.struebig@southwales.ac.uk

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://www.sell2wales.gov.wales/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.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

Enquiry Management, Conversion & Admissions Services

Reference number: 1812

II.1.2) Main CPV code

75121000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Lot 1:

The supply of a service that will seek to optimise and manage both ‘UK’ and ‘International’ enquiries from prospective students and facilitate and drive a higher rate of conversion from enquiry to application and from offer to enrolment. The University anticipates that the service will be intensely utilised during key student recruitment periods, but will remain engaged throughout the year, to ensure support is available for key enquiry management and conversion activities. To achieve the above, USW anticipates that the service will work in close collaboration with in-house UK and International teams to deliver an integrated conversion plan. The University is seeking to procure and embed this service, at pace, with all activity up and running by Early October 2023.

Lot 2:

The University also wishes to obtain a service to handle Admissions processing and associated communications that are needed post application. The successful partner will be required to support the in-house Admissions Team with decision making and associated communications across a range of key markets. In the first instance, this will be international markets but there may be a need to extend this to UK admissions processing should our business needs require this.

Consideration for extended working days and hours, including weekends is required. This may also include the Christmas and New Year period. The service will be delivered in close partnership with existing in-house teams and will be required to provide visibility of processing activity and key service metrics, through the regular provision of management information.

II.1.5) Estimated total value

Value excluding VAT: 1 400 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 1 & Lot 2

II.2) Description

Lot No: 1

II.2.1) Title

Enquiry Management - UK and International

II.2.2) Additional CPV code(s)

75121000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Treforest, Pontypridd

II.2.4) Description of the procurement

The supply of a service that will seek to optimise and manage both ‘UK’ and ‘International’ enquiries from prospective students and facilitate and drive a higher rate of conversion from enquiry to application and from offer to enrolment. The University anticipates that the service will be intensely utilised during key student recruitment periods, but will remain engaged throughout the year, to ensure support is available for key enquiry management and conversion activities. To achieve the above, USW anticipates that the service will work in close collaboration with in-house UK and International teams to deliver an integrated conversion plan. The University is seeking to procure and embed this service, at pace, with all activity up and running by Early October 2023.

II.2.5) Award criteria

Criteria below:

Quality criterion: Enquiry Capture, Analysis and Tracking / Weighting: 15

Quality criterion: Nurturing & Conversion / Weighting: 35

Quality criterion: Reporting & Improvement / Weighting: 15

Quality criterion: Core IT Requirements / Weighting: 10

Quality criterion: Implementation / Weighting: 15

Quality criterion: Provider/Solution Suitability & Roadmap / Weighting: 5

Quality criterion: Clarification Questions and Demos / Weighting: 0

Quality criterion: Community Benefits / Weighting: 5

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

option to extend this contract for a further 12-month period

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: Yes

Description of options:

option to extend this contract for a further 12-month period

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

Admissions services

II.2.2) Additional CPV code(s)

75121000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Treforest, Pontypridd

II.2.4) Description of the procurement

The University also wishes to obtain a service to handle Admissions processing and associated communications that are needed post application. The successful partner will be required to support the in-house Admissions Team with decision making and associated communications across a range of key markets. In the first instance, this will be international markets but there may be a need to extend this to UK admissions processing should our business needs require this.

Consideration for extended working days and hours, including weekends is required. This may also include the Christmas and New Year period. The service will be delivered in close partnership with existing in-house teams and will be required to provide visibility of processing activity and key service metrics, through the regular provision of management information.

II.2.5) Award criteria

Criteria below:

Quality criterion: Application processing capability / Weighting: 75

Quality criterion: Reporting & Improvement / Weighting: 10

Quality criterion: Implementation / Weighting: 5

Quality criterion: Provider Suitability / Weighting: 5

Quality criterion: Clarification Questions and Demos / Weighting: 0

Quality criterion: Community Benefits / Weighting: 5

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

option to extend this contract for a further 12-month period

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: Yes

Description of options:

option to extend this contract for a further 12-month period

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

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

III.2.2) Contract performance conditions

The University will monitor the performance of the service provider against contractually agreed SLA’s and KPI’s by means of regular meetings with the Appointee. Service providers are asked to propose suitable monitoring arrangements and performance measures.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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: 20/07/2023

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

CY

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 20/07/2023

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

Tender submissions:

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.

Clarifications and Demonstrations:

Post submission, the University will invite tenderers to respond to any clarification questions we may have relating to their bid. Following assessment, we will seek to invite up to five of the highest scoring vendors to demonstrate their product and offer. This will enable us to consolidate our understanding of how the proposed solutions will meet our requirements.

Whilst full details of the arrangements will be provided nearer the time, due to University colleagues’ diary constraints, tenderers must confirm their availability for the date(s) noted in the Procurement Timetable.

Award of multiple lots:

Within this tender, there are two individual lots available for contract with USW. However, USW is also open to receiving ‘bundled bids’ from potential suppliers, where both services can be provided by them. Tenderers can therefore bid for one or two lots. In this situation, the supplier should ensure their submitted costs at ITT stage clearly demonstrate the commercial benefits and other benefits and opportunities to USW in awarding both lots to one supplier. This you should consider when responding to the ITT.

USW is open minded as to how the lots are awarded but the decision will be made using the specified quality and cost evaluation criteria defined within the ITT documents.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=132480.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://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:

For this tender Community Benefits are a core approach and therefore evaluated and scored in line with the evaluation criteria.

See ITT for specifics.

(WA Ref:132480)

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

19/06/2023

Coding

Commodity categories

ID Title Parent category
75121000 Administrative educational services Administrative services of agencies

Delivery locations

ID Description
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)

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:
19 June 2023
Deadline date:
20 July 2023 00:00
Notice type:
02 Contract Notice
Authority name:
University of South Wales
Publication date:
12 July 2023
Notice type:
14 Corrigendum
Authority name:
University of South Wales

About the buyer

Main contact:
tina.struebig@southwales.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
12/07/2023 13:30
Additional information
Additional information

The below information is available to inform your tender submission.

1) Volumes of enquiries to be handled annually as part of the service

We would anticipate approximately 80,000-90,000 pre applicants being managed annually as part of this service.

2) Volumes of (international) applications to be processed annually for the service (Lot 2)

We anticipate that the admissions consultants will be required to assess and make decisions on between 300 and 400 applications a week based on current demand but please note that we are looking for some degree of flexibility in the arrangement and would like to be able to adjust this according to business need.

3) Volumes of offer-holders that will require conversion in the service annually

We would expect around 40,000-45,000 offer holders to be engagement with via this service annually.
14/07/2023 15:44
Additional information
The following information is available to inform your submission.

1) The split of offer holders by each type: UG UK, UG International, PGT UK and PGT International

UG UK 27%
PG UK 5%
UG Overseas 12%
PG Overseas 56%
18/07/2023 09:21
URGENT - Additional sensitive information
Additional information is available to inform your tender submission however the information is of a sensitive nature. Hence should you wish to receive the information, this will be subject to a Non Disclosure Agreement which is available on request by 2pm today.
Please email procurement@southwales.ac.uk to receive this.
Upon completion, the information will be issued directly to the email address provided.

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

docx
docx
docx342.66 KB
This file may not be accessible.
docx
docx36.26 KB
This file may not be accessible.
docx
docx90.04 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.