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.

Contract Award Notice

2223-30-RCM-LJ WEB DESIGN, DEVELOPMENT and CONSULTANCY SERVICES

  • First published: 01 February 2024
  • Last modified: 01 February 2024

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-h6vhtk-03be83
Published by:
Sheffield Hallam University
Authority ID:
AA21409
Publication date:
01 February 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Front-end design and development services to enhance the university's websites, digital services and underlying design

system. We expect this to include some or all of the following :

• Support the design or improvement of small-scale web interfaces and templates, including

prototyping and testing. The successful supplier will take an active role in developing and

maintaining our design system, with input into the purpose of and rationale behind its

constituent parts.

• Provide consultancy on larger design and development projects, participating in discovery,

definition and design activity such as stakeholder and user interviews, journey mapping and

cross-function design critiques

• Support future-proofing and ongoing compliance of design system through scheduled

review processes, and through sharing new approaches, technologies and compliance needs

with senior managers from Recruitment, Comms and Marketing (RCM) and Digital

Technology Services (DTS).

• Supply standardised, front-end code to support design and functionality changes, working

closely with back-end developers.

Page 4 to 13

• Provide a range of UX design and/or technical design options for each project, according to

project needs.

• Provide clear documentation for all front-end design and development work to support

transparency and continuity across the University's web services.

• Provide full access to final code and design files, to ensure the University can self-manage

outputs.

• Collaborate with University teams through University-managed work management

systems, to be agreed at initiation stage of each project. These include Jira, Git and DevOps.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Sheffield Hallam University

10005790

City Campus,Howard Street

SHEFFIELD

S11WB

UK

Contact person: Procurement Team

Telephone: +44 1142253431

E-mail: strategicprocurement@shu.ac.uk

NUTS: UKE32

Internet address(es)

Main address: https://www.shu.ac.uk

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

2223-30-RCM-LJ WEB DESIGN, DEVELOPMENT and CONSULTANCY SERVICES

Reference number: 2223-30-RCM-LJ

II.1.2) Main CPV code

72413000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Sheffield Hallam University has awarded a contract for front-end design and development services to enhance its websites, digital services and underlying design system.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 1 041 667.00  GBP

II.2) Description

II.2.3) Place of performance

NUTS code:

UKE32


Main site or place of performance:

Sheffield

II.2.4) Description of the procurement

Front-end design and development services to enhance the university's websites, digital services and underlying design

system. We expect this to include some or all of the following :

• Support the design or improvement of small-scale web interfaces and templates, including

prototyping and testing. The successful supplier will take an active role in developing and

maintaining our design system, with input into the purpose of and rationale behind its

constituent parts.

• Provide consultancy on larger design and development projects, participating in discovery,

definition and design activity such as stakeholder and user interviews, journey mapping and

cross-function design critiques

• Support future-proofing and ongoing compliance of design system through scheduled

review processes, and through sharing new approaches, technologies and compliance needs

with senior managers from Recruitment, Comms and Marketing (RCM) and Digital

Technology Services (DTS).

• Supply standardised, front-end code to support design and functionality changes, working

closely with back-end developers.

Page 4 to 13

• Provide a range of UX design and/or technical design options for each project, according to

project needs.

• Provide clear documentation for all front-end design and development work to support

transparency and continuity across the University's web services.

• Provide full access to final code and design files, to ensure the University can self-manage

outputs.

• Collaborate with University teams through University-managed work management

systems, to be agreed at initiation stage of each project. These include Jira, Git and DevOps.

II.2.5) Award criteria

Quality criterion: Portfolio / Weighting: 10

Quality criterion: Design / Weighting: 15

Quality criterion: Technical / Weighting: 15

Quality criterion: Transparency / Weighting: 10

Quality criterion: Capacity / Weighting: 5

Quality criterion: Ways of working / Weighting: 5

Quality criterion: Standards / Weighting: 10

Quality criterion: Social Value / Weighting: 5

Price / Weighting:  25

II.2.11) Information about options

Options: Yes

Description of options:

The Contract will commence in January 2024, initially for a period of 2 years, with a total anticipated duration of 5 years (2 + 2 + 1).

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 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:

2023/S 000-010692

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

12/12/2023

V.2.2) Information about tenders

Number of tenders received: 33

Number of tenders received from SMEs: 27

Number of tenders received by electronic means: 33

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Nomensa Ltd

4214477

King William House, 13 Queen Square

Bristol

BS1 4NT

UK

NUTS: UKK11

The contractor is an SME: Yes

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

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 1 041 667.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

Sheffield Hallam University

Sheffield

S1 1WB

UK

VI.5) Date of dispatch of this notice

31/01/2024

Coding

Commodity categories

ID Title Parent category
72413000 World wide web (www) site design services Provider services

Delivery locations

ID Description
100 UK - All

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.

About the buyer

Main contact:
strategicprocurement@shu.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.