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 Notice

Student Record System

  • First published: 30 March 2015
  • Last modified: 30 March 2015

Contents

Summary

OCID:
ocds-kuma6s-025038
Published by:
University of Wales Trinity Saint David
Authority ID:
AA0343
Publication date:
30 March 2015
Deadline date:
27 April 2015
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Following the merger of Swansea Metropolitan University into the University of Wales Trinity Saint David (UWTSD) in 2013 there is an institution wide remit to unify and rationalise both business process workflow and the systems and infrastructure that support them. A priority of the university is to create one unified Student Records System (SRS) to replace the two that currently exist at the Carmarthen/Lampeter campus and the Swansea campus, namely TRIBAL SITS:VISION and AGRESSO QLS (Unit4). Both campuses have different business processes to achieve the same required outcomes and are reflective of the legacy processes and the software/system capabilities available at each campus. There are on-going projects to rationalise the student-centric business processes across campuses and the proposed new SRS should facilitate these processes. Key Objectives The University’s key objectives for this project are as follows: To cleanse and merge the existing data-sets. To provide one centralised and unified student record repository. To provide an integrated, scalable and technically sound software solution that facilitates the administrative processes defined in point 4. To rationalise and define single ‘business unit’ student administrative processes across all campuses. To provide an intuitive, process driven software solution to facilitate user experience and business productivity. To provide one central bilingual (Welsh/English) ‘student portal’ so applicants and students may view, maintain (where appropriate) and complete business process relating to their applicant / student and course records. To rationalise, unify and retire (where applicable) the current interfaces to the SRS. To provide a ‘data repository’ on top of the SRS to facilitate interface and reporting requirements. To provide an accurate, real time and self-service reporting mechanism to facilitate statutory returns, business intelligence as well as ad-hoc requirements. CPV: 48000000, 48100000, 48190000, 48219000, 48311000, 72212783, 72212900, 72226000, 72227000, 72200000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


University of Wales Trinity St David

Carmarthen Campus,

Carmarthen

SA31 3EP

UK

Heidi Davies

+44 1267676767



www.tsd.ac.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0343
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Student Record System

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

Checked box Unchecked box Unchecked box
Unchecked box Unchecked box

II.1.2(c))

Type of service contract

II.1.2)

Main site or location of works, place of delivery or performance

Wales



UKL14

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Following the merger of Swansea Metropolitan University into the University of Wales Trinity Saint David (UWTSD) in 2013 there is an institution wide remit to unify and rationalise both business process workflow and the systems and infrastructure that support them.

A priority of the university is to create one unified Student Records System (SRS) to replace the two that currently exist at the Carmarthen/Lampeter campus and the Swansea campus, namely TRIBAL SITS:VISION and AGRESSO QLS (Unit4).

Both campuses have different business processes to achieve the same required outcomes and are reflective of the legacy processes and the software/system capabilities available at each campus. There are on-going projects to rationalise the student-centric business processes across campuses and the proposed new SRS should facilitate these processes.

Key Objectives

The University’s key objectives for this project are as follows:

To cleanse and merge the existing data-sets.

To provide one centralised and unified student record repository.

To provide an integrated, scalable and technically sound software solution that facilitates the administrative processes defined in point 4.

To rationalise and define single ‘business unit’ student administrative processes across all campuses.

To provide an intuitive, process driven software solution to facilitate user experience and business productivity.

To provide one central bilingual (Welsh/English) ‘student portal’ so applicants and students may view, maintain (where appropriate) and complete business process relating to their applicant / student and course records.

To rationalise, unify and retire (where applicable) the current interfaces to the SRS.

To provide a ‘data repository’ on top of the SRS to facilitate interface and reporting requirements.

To provide an accurate, real time and self-service reporting mechanism to facilitate statutory returns, business intelligence as well as ad-hoc requirements.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=25038.

II.1.6)

Common Procurement Vocabulary (CPV)

48000000
48100000
48190000
48219000
48311000
72212783
72212900
72226000
72227000
72200000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.

(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.

(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.

(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.

(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.

(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.

(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.

(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established

(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.

III.2.2)

Economic and financial capacity


(1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.

(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.

(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.




III.2.3)

Technical capacity


(1) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;

(2) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Unchecked box
Unchecked box Unchecked box
Unchecked box Checked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

35

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Checked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

UWTSD1414/15

IV.3.2)

Previous publication(s) concerning the same contract

Checked box
Unchecked box
2015/S 025-041767 02-02-2015

Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 27-04-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 01-05-2015

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

(WA Ref:25038)

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:

Community benefits (non Core)

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 30-03-2015

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



University of Wales Trinity St David

Carmarthen Campus

Carmarthen

SA31 3EP

UK


+44 1267676767


www.tsd.ac.uk

II)

Address and contact points from which specifications and additional documentation may be obtained



University of Wales Trinity St David

Carmarthen Campus

Carmarthen

SA31 3EP

UK


+44 1267676767


www.tsd.ac.uk

III)

Address and contact points to which Tenders/Requests to Participate must be sent



University of Wales Trinity St David

Carmarthen Campus

Carmarthen

SA31 3EP

UK


+44 1267676767


www.tsd.ac.uk

Coding

Commodity categories

ID Title Parent category
72212783 Content management software development services Programming services of application software
48311000 Document management software package Document creation software package
48190000 Educational software package Industry specific software package
48100000 Industry specific software package Software package and information systems
48219000 Miscellaneous networking software package Networking software package
72212900 Miscellaneous software development services and computer systems Programming services of application software
72227000 Software integration consultancy services Systems and technical consultancy services
48000000 Software package and information systems Computer and Related Services
72200000 Software programming and consultancy services IT services: consulting, software development, Internet and support
72226000 System software acceptance testing consultancy services Systems and technical consultancy services

Delivery locations

ID Description
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)

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:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

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
docx822.56 KB
This file may not be accessible.
docx
docx770.21 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.