Award

Purchase of a Schools Management Information System

CAERPHILLY COUNTY BOROUGH COUNCIL

This public procurement record has 4 releases in its history.

Award

01 May 2026 at 16:03

Tender

12 Dec 2025 at 15:33

Planning

07 Oct 2025 at 09:14

Planning

05 Sep 2025 at 07:31

Summary of the contracting process

The procurement process for a Schools Management Information System has been completed by Caerphilly County Borough Council. The procurement aimed to secure a Software as a Service (SaaS) solution that supports statutory and legislative responsibilities for schools across various types, including primary, secondary, and special schools, as well as Pupil Referral Units. The procurement was done through an open procedure, focusing on compliance with Welsh educational regulations, and streamlined under Caerphilly Council's management from Penallta House, Hengoed. The contract, valued at £1,400,000, was awarded to Arbor Education, with the procurement process culminating on 1 May 2026. The contract is set to begin on 1 April 2027 and will run until 31 March 2032, with potential extensions up to 2037.

This tender presents lucrative opportunities for businesses involved in IT services and software development, especially those that can provide comprehensive, efficient, and compliant school management systems. The open procurement method and competitive flexible procedure offer a level playing field, particularly favouring SMEs with innovative solutions that integrate multiple functionalities within a single platform. This is an ideal opportunity for companies specialising in educational technology and IT services to expand their footprint in the public sector, providing solutions capable of improving operational efficiencies in schools across the region.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Purchase of a Schools Management Information System

Notice Description

Caerphilly CBC ("the Council") are purchasing a Software as a Service (SaaS) solution for the provision of a comprehensive Schools Management Information System (MIS). The primary objective of this tender is to procure a solution that enables schools to efficiently and effectively fulfil statutory and legislative responsibilities. The solution must support compliance with all relevant Welsh educational regulations and standards. The solution must provide a provision for Primary Schools, Secondary Schools, 3-18 Schools, Special Schools and Pupil Referral Units (PRUs). The desired solution should streamline administrative processes, enhance data management, and improve overall operational efficiency. It is essential that the solution minimises the need for third party add-ons by encompassing a wide range of functionalities within a single platform. This will ensure that schools can operate seamlessly without the additional burden of procuring and managing multiple solutions.

Lot Information

Lot 1

Options: The Council reserve the right to procure additional services throughout the duration of the contract if they assist with improving the customer experience or provide innovation to enhance the service, within the subject matter of the contract.

Renewal: The contract shall be for a period of five years with an option to extend for a further period of up to 60 months renewable on a yearly or two yearly basis.

Planning Information

1. Purpose of Engagement The Council is undertaking a pre-market engagement exercise to inform the future procurement of a comprehensive Schools Management Information System (MIS). The purpose is to: Understand current market capabilities. Identify innovative solutions and best practices. Refine the scope and requirements of the future tender. Ensure the procurement process is aligned with supplier capacity and sector developments. 2. Scope of Requirement The proposed MIS must support: Primary Schools Secondary Schools 3–18 Schools Special Schools Pupil Referral Units (PRUs) The system should enable schools to meet statutory and legislative responsibilities efficiently, with minimal reliance on third-party add-ons. Key functionalities include: Student information management Attendance tracking Timetabling Assessment and progression tracking Examination management Safeguarding incident logging Communication tools Payment processing Classroom management GDPR and Welsh Government compliance 3. Supplier Questionnaire Interested suppliers are asked to complete the following questionnaire: (a) Supplier Details Company Name: Contact Name & Role: Email Address: Phone Number: Website (if applicable): (b) System Overview Does your MIS support the following school types? Primary Secondary 3–18 Special PRUs Is your solution a single platform or does it require third-party add-ons? Briefly describe your system’s core features (max 150 words): (e.g. attendance, assessment, safeguarding, communication, payments) (c) Compliance & Deployment How does your system ensure compliance with GDPR and Welsh Government legislation? What deployment options are available? (Cloud, On-Premise, Hybrid) (d) Experience & Support Do you currently supply MIS to any Welsh schools or local authorities? (If yes, please specify) What support and training do you offer post-implementation? (e) Commercial Model Indicative pricing model (e.g. per pupil, per school, annual licence): (For market research only – not used for evaluation) (d) Additional Comments Any innovations or features that differentiate your solution? Any feedback on the proposed scope or procurement approach? Please return the above information to: Jessica Thomas – Principal Procurement Officer thomaj11@caerphilly.gov.uk Deadline: Friday 19 September 2025 Caerphilly CBC reserve the right to host virtual engagement sessions to understand more about supplier offerings and to gain further insight into the market and to give suppliers an opportunity to ask questions about the Council's requirements. 4. Feedback and Analysis Responses and insights from suppliers will be analysed to: Refine the specification and procurement strategy Identify potential risks and mitigation strategies Ensure the tender is realistic and attractive to the market 5. Confidentiality and Transparency All engagement will be conducted in accordance with public procurement regulations. Participation in this process does not confer any advantage in the subsequent tender.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-059498
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/040726-2026
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
UK6 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting

72 - IT services: consulting, software development, Internet and support


CPV Codes

31711310 - System for recording attendance

72000000 - IT services: consulting, software development, Internet and support

72222300 - Information technology services

72267100 - Maintenance of information technology software

Notice Value(s)

Tender Value
£3,000,000 £1M-£10M
Lots Value
£3,000,000 £1M-£10M
Awards Value
£1,400,000 £1M-£10M
Contracts Value
Not specified

Notice Dates

Publication Date
1 May 20261 weeks ago
Submission Deadline
21 Jan 2026Expired
Future Notice Date
3 Nov 2025Expired
Award Date
30 Apr 20261 weeks ago
Contract Period
31 Mar 2027 - 31 Mar 2032 Over 5 years
Recurrence
2035-03-01

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CAERPHILLY COUNTY BOROUGH COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
HENGOED
Postcode
CF82 7PG
Post Town
Cardiff
Country
Wales

Major Region (ITL 1)
TLL Wales
Basic Region (ITL 2)
TLL5 South East Wales
Small Region (ITL 3)
TLL53 Gwent Valleys
Delivery Location
TLL12 Gwynedd, TLL16 Gwent Valleys

Local Authority
Caerphilly
Electoral Ward
Ystrad Mynach
Westminster Constituency
Caerphilly

Supplier Information

Number of Suppliers
1
Supplier Name

ARBOR EDUCATION

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-059498-2026-05-01T17:03:26+01:00",
    "date": "2026-05-01T17:03:26+01:00",
    "ocid": "ocds-h6vhtk-059498",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PWHP-2369-JPYL",
            "name": "Caerphilly County Borough Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PWHP-2369-JPYL"
            },
            "address": {
                "streetAddress": "Penallta House, Tredomen Park",
                "locality": "Hengoed",
                "postalCode": "CF82 7PG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKL16"
            },
            "contactPoint": {
                "name": "Jessica Thomas",
                "email": "thomaj11@caerphilly.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.caerphilly.gov.uk",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    },
                    {
                        "id": "GB-WLS",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Welsh devolved regulations apply"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PXPL-8349-GQXG",
            "name": "Arbor Education",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PXPL-8349-GQXG"
            },
            "address": {
                "streetAddress": "Fora - Great Eastern Street, 4th Floor, 21-33 Great Eastern Street,",
                "locality": "London",
                "postalCode": "EC2A 3EJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI41"
            },
            "contactPoint": {
                "email": "bids@arbor-education.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PWHP-2369-JPYL",
        "name": "Caerphilly County Borough Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "1. Purpose of Engagement The Council is undertaking a pre-market engagement exercise to inform the future procurement of a comprehensive Schools Management Information System (MIS). The purpose is to: Understand current market capabilities. Identify innovative solutions and best practices. Refine the scope and requirements of the future tender. Ensure the procurement process is aligned with supplier capacity and sector developments. 2. Scope of Requirement The proposed MIS must support: Primary Schools Secondary Schools 3-18 Schools Special Schools Pupil Referral Units (PRUs) The system should enable schools to meet statutory and legislative responsibilities efficiently, with minimal reliance on third-party add-ons. Key functionalities include: Student information management Attendance tracking Timetabling Assessment and progression tracking Examination management Safeguarding incident logging Communication tools Payment processing Classroom management GDPR and Welsh Government compliance 3. Supplier Questionnaire Interested suppliers are asked to complete the following questionnaire: (a) Supplier Details Company Name: Contact Name & Role: Email Address: Phone Number: Website (if applicable): (b) System Overview Does your MIS support the following school types? Primary Secondary 3-18 Special PRUs Is your solution a single platform or does it require third-party add-ons? Briefly describe your system's core features (max 150 words): (e.g. attendance, assessment, safeguarding, communication, payments) (c) Compliance & Deployment How does your system ensure compliance with GDPR and Welsh Government legislation? What deployment options are available? (Cloud, On-Premise, Hybrid) (d) Experience & Support Do you currently supply MIS to any Welsh schools or local authorities? (If yes, please specify) What support and training do you offer post-implementation? (e) Commercial Model Indicative pricing model (e.g. per pupil, per school, annual licence): (For market research only - not used for evaluation) (d) Additional Comments Any innovations or features that differentiate your solution? Any feedback on the proposed scope or procurement approach? Please return the above information to: Jessica Thomas - Principal Procurement Officer thomaj11@caerphilly.gov.uk Deadline: Friday 19 September 2025 Caerphilly CBC reserve the right to host virtual engagement sessions to understand more about supplier offerings and to gain further insight into the market and to give suppliers an opportunity to ask questions about the Council's requirements. 4. Feedback and Analysis Responses and insights from suppliers will be analysed to: Refine the specification and procurement strategy Identify potential risks and mitigation strategies Ensure the tender is realistic and attractive to the market 5. Confidentiality and Transparency All engagement will be conducted in accordance with public procurement regulations. Participation in this process does not confer any advantage in the subsequent tender.",
                "dueDate": "2025-09-19T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "054107-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/054107-2025",
                "datePublished": "2025-09-05T08:31:41+01:00",
                "format": "text/html"
            },
            {
                "id": "062739-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/062739-2025",
                "datePublished": "2025-10-07T10:14:51+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "CCBC/PS2931/25/JT",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Purchase of a Schools Management Information System",
        "description": "Caerphilly CBC (\"the Council\") are purchasing a Software as a Service (SaaS) solution for the provision of a comprehensive Schools Management Information System (MIS). The primary objective of this tender is to procure a solution that enables schools to efficiently and effectively fulfil statutory and legislative responsibilities. The solution must support compliance with all relevant Welsh educational regulations and standards. The solution must provide a provision for Primary Schools, Secondary Schools, 3-18 Schools, Special Schools and Pupil Referral Units (PRUs). The desired solution should streamline administrative processes, enhance data management, and improve overall operational efficiency. It is essential that the solution minimises the need for third party add-ons by encompassing a wide range of functionalities within a single platform. This will ensure that schools can operate seamlessly without the additional burden of procuring and managing multiple solutions.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31711310",
                        "description": "System for recording attendance"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL16",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKL16",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKL12",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 3600000,
            "amount": 3000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-04-01T00:00:00+01:00",
                    "endDate": "2032-03-31T23:59:59+01:00",
                    "maxExtentDate": "2037-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "complete",
                "value": {
                    "amountGross": 3600000,
                    "amount": 3000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Questions",
                            "description": "Response to quality questions set out in the Proactis eTendering System",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Total cost of providing the solution as per the pricing schedule",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "System Demonstration",
                            "description": "The top four scoring bidders (based on quality questions and price) will be invited to a system demonstration. The questions can be found in the Proactis eTendering system.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Information on Legal Capacity questions can be found in section 10 - WPSQ - Part 3A - Legal Capacity and Section 11 - Contractor Information Governance Due Diligence of the questions tab in the Proactis eTendering portal."
                        },
                        {
                            "type": "technical",
                            "description": "Information on Technical Ability questions can be found in section 12- WPSQ - Part 3A - Technical Ability of the questions tab in the Proactis eTendering portal."
                        }
                    ]
                },
                "renewal": {
                    "description": "The contract shall be for a period of five years with an option to extend for a further period of up to 60 months renewable on a yearly or two yearly basis."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Council reserve the right to procure additional services throughout the duration of the contract if they assist with improving the customer experience or provide innovation to enhance the service, within the subject matter of the contract."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-11-03T23:59:59+00:00"
        },
        "status": "complete",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procurementMethod": "open",
        "procedure": {
            "features": "This procurement will be conducted using the Competitive Flexible Procedure under the Procurement Act 2023 and will follow a multi-stage evaluation process: Stage 1: Compliance (Pass/Fail) - Mandatory requirements assessed on a pass/fail basis. Stage 2: Quality (30%) - Evaluation of responses to quality questions. Stage 3: Price (30%) - Assessment of priced submissions. Stage 4: System Demonstration (40%) - Demonstration by shortlisted bidders. Stage 6: Preferred Bidder Stage - Final clarifications, negotiations, and due diligence. Stage 7: Contract Award - Award to the preferred bidder."
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "All tenders must be submitted through the Proactis eTendering System, link provided below: https://supplierlive.proactisp2p.com/Account/Login",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en",
                "cy"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-01-21T12:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-01-13T12:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-03-27T23:59:59+00:00"
        },
        "documents": [
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "The documentation can be found in the Proactis eTendering portal, link provided below: https://supplierlive.proactisp2p.com/Account/Login"
            },
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "082606-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/082606-2025",
                "datePublished": "2025-12-12T15:33:46Z",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2035-03-01T23:59:59+00:00"
                }
            ]
        }
    },
    "language": "en",
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Purchase of a Schools Management Information System",
            "status": "pending",
            "date": "2026-05-01T00:00:00+01:00",
            "value": {
                "amountGross": 1680000,
                "amount": 1400000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-PPON-PXPL-8349-GQXG",
                    "name": "Arbor Education"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "31711310",
                            "description": "System for recording attendance"
                        },
                        {
                            "scheme": "CPV",
                            "id": "72222300",
                            "description": "Information technology services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "72267100",
                            "description": "Maintenance of information technology software"
                        },
                        {
                            "scheme": "CPV",
                            "id": "72000000",
                            "description": "IT services: consulting, software development, Internet and support"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKL16",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-05-13T23:59:59+01:00"
            },
            "contractPeriod": {
                "startDate": "2027-04-01T00:00:00+01:00",
                "endDate": "2032-03-31T23:59:59+01:00",
                "maxExtentDate": "2037-03-31T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "The Council reserves the right to extend the contract for up to 60 months."
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "040726-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/040726-2026",
                    "datePublished": "2026-05-01T17:03:26+01:00",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2026-05-01T00:00:00+01:00",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-05-18T23:59:59+01:00",
                    "status": "scheduled"
                }
            ]
        }
    ]
}