Notice Information
Notice Title
26-22 Unified Website Platform, CMS, Hosting, Design and Build
Notice Description
(DOCUMENTATION IS AVAILABLE AT: https://wlv.ukp.app.jaggaer.com/ ALL CORRESPONDENCE AND SUBMISSIONS MUST BE VIA THIS ETENDERING PORTAL) The University is seeking to procure unified digital platform comprising a new Content Management System, secure cloud hosting, front end design and design system, front-end build, integration with back-end systems and data, content migration, training and enablement, and ongoing service operations. The appointed partner will work hand in hand with University Teams to design and implement a modern, reliable and user-friendly website that supports prospective students, current students, staff, and external audiences. The successful supplier will be required to measurably improve student recruitment outcomes across UK and international markets, reinforce accessibility, optimisation of content management and accuracy, and reduce operational overheads and risk. This invitation consolidates responsibilities into one accountable supplier to remove fragmentation, accelerate delivery, and create a coherent experience and service model. The successful supplier must demonstrate capability across architecture, user experience, design, content operations, data integration, technical development, security and service management, backed by evidence from higher education institutions and/or comparable public sector programmes. Stage 1 of the new website must be delivered by end January 2027, followed by planned enhancements in the six months after launch. The programme will prioritise recruitment journeys for undergraduate, postgraduate and international audiences, including support for clearing and open day campaigns. The successful supplier will deliver to these milestones while safeguarding business continuity and protecting search visibility during transition. The University has partnered with PA Consulting to develop this tender specification; PA Consulting will also be involved in the evaluation of tender submissions.
Lot Information
Lot 1
Options: Development of Contracted services where new parameters/value added services may be identified.
Renewal: Up to 24 months, dependant on performance and contract deliverables. Will also consider the direction of travel for digital services at the University.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0665ab
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/021051-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72212224 - Web page editing software development services
72413000 - World wide web (www) site design services
72415000 - World wide web (www) site operation host services
Notice Value(s)
- Tender Value
- £1,000,000 £1M-£10M
- Lots Value
- £1,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 9 Mar 20265 days ago
- Submission Deadline
- 8 Apr 20264 weeks to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 30 Jun 2026 - 30 Jun 2029 3-4 years
- Recurrence
- 2030-10-01
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF WOLVERHAMPTON
- Additional Buyers
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- WOLVERHAMPTON
- Postcode
- WV1 1LY
- Post Town
- Wolverhampton
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- TLG West Midlands (England)
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/021051-2026
9th March 2026 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-0665ab-2026-03-09T16:36:18Z",
"date": "2026-03-09T16:36:18Z",
"ocid": "ocds-h6vhtk-0665ab",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PVYG-5141-TPJR",
"name": "University of Wolverhampton",
"identifier": {
"scheme": "GB-PPON",
"id": "PVYG-5141-TPJR"
},
"address": {
"streetAddress": "Wulfruna Street",
"locality": "Wolverhampton",
"postalCode": "WV1 1LY",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKG39"
},
"contactPoint": {
"email": "Procurement@wlv.ac.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
},
{
"id": "GB-COH-00414220",
"name": "PA Consulting",
"identifier": {
"scheme": "GB-COH",
"id": "00414220"
},
"address": {
"streetAddress": "10 Bressenden Place",
"locality": "London",
"postalCode": "SW1E 5DN",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"name": "All correspondence MUST be via the etendering portal: https://wlv.ukp.app.jaggaer.com/",
"email": "procurement@wlv.ac.uk"
},
"roles": [
"procuringEntity"
],
"roleDetails": "Technical assistance with drafting specification and evaluating tender."
}
],
"buyer": {
"id": "GB-PPON-PVYG-5141-TPJR",
"name": "University of Wolverhampton"
},
"planning": {
"noEngagementNoticeRationale": "Previous tender (ref: 25-44) issued to the market 2025 - this is an update/variation of that tender which was terminated prior to award (details in Termination Notice dated 27.1.2026). Time does not permit further market engagement."
},
"tender": {
"id": "26-22",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "26-22 Unified Website Platform, CMS, Hosting, Design and Build",
"description": "(DOCUMENTATION IS AVAILABLE AT: https://wlv.ukp.app.jaggaer.com/ ALL CORRESPONDENCE AND SUBMISSIONS MUST BE VIA THIS ETENDERING PORTAL) The University is seeking to procure unified digital platform comprising a new Content Management System, secure cloud hosting, front end design and design system, front-end build, integration with back-end systems and data, content migration, training and enablement, and ongoing service operations. The appointed partner will work hand in hand with University Teams to design and implement a modern, reliable and user-friendly website that supports prospective students, current students, staff, and external audiences. The successful supplier will be required to measurably improve student recruitment outcomes across UK and international markets, reinforce accessibility, optimisation of content management and accuracy, and reduce operational overheads and risk. This invitation consolidates responsibilities into one accountable supplier to remove fragmentation, accelerate delivery, and create a coherent experience and service model. The successful supplier must demonstrate capability across architecture, user experience, design, content operations, data integration, technical development, security and service management, backed by evidence from higher education institutions and/or comparable public sector programmes. Stage 1 of the new website must be delivered by end January 2027, followed by planned enhancements in the six months after launch. The programme will prioritise recruitment journeys for undergraduate, postgraduate and international audiences, including support for clearing and open day campaigns. The successful supplier will deliver to these milestones while safeguarding business continuity and protecting search visibility during transition. The University has partnered with PA Consulting to develop this tender specification; PA Consulting will also be involved in the evaluation of tender submissions.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72413000",
"description": "World wide web (www) site design services"
},
{
"scheme": "CPV",
"id": "72415000",
"description": "World wide web (www) site operation host services"
},
{
"scheme": "CPV",
"id": "72212224",
"description": "Web page editing software development services"
}
],
"deliveryAddresses": [
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 1000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "Tender followed by Presentations from shortlisted bidders (details as per the tender documentation). References will be followed up as part of the main evaluation activities. Clarifications may take place during the evaluation and scores adjusted following feedback. The University may negotiate depending on budget and commercials of bids received. Presentation information is provided in the tender pack, this may be updated prior to presentations taking place."
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "https://wlv.ukp.app.jaggaer.com/ (All correspondence and submissions MUST be via this portal).",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-04-08T16:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2026-04-01T13:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-06-01T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 1000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality/Technical Criteria",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "The Qualification section will be assessed on a pass/fail basis in accordance with the standard qualification questions, in addition to the following and the Project specific requirements in technical ablity seciton: - The Tenderer must have a minimum annual turnover of PS2M - The Tenderer must have a Credit Safe Score of >=30 - The Successful Contractor must have PS5m Public (and Products) Liability Insurance - The Successful Contractor must have PS5m Employer's Liability Insurance - The Successful Contractor must have PS10m Professional Indemnity Insurance"
},
{
"type": "technical",
"description": "The below are mandatory requirements to bid and deliver the project (extract from ITT Documentatio): - Ensure you are registered on the Central Digital Platform (https://supplierregistration.cabinetoffice.gov.uk/faq/en_GB/Central_Digital_Platform) and complete all relevant sections, we are not able to award to a company who are not on the CDP. 1. Single partner commitment: must act as a single partner for CMS, hosting, website design and build, integrations, migration, training and service, as set out in the brief? 2. Any Subcontractors must have the same levels as the main contractor and be able to provide evidence if asked, therefore they must have the valid levels at time of being included in the bid. (All DP questions must be answered from the perspective of the Bidder and any sub subcontractor where relevant). 3. Proposed CMS must operate as a fully managed, cloud-native SaaS platform and not a self-hosted or developer-maintained system such as Drupal, Umbraco, WordPress, Joomla, or any CMS that requires the University to install, host, patch, upgrade, or technically maintain the platform. 4. Mandatory System Integrations: proposed solution must support mandatory API-based integration with all of the following University systems: CRM: Azorus Course Records: SITS Tribal (cloud-hosted) Research Profiles: Symplectic Elements Intranet: Microsoft SharePoint Identity: Microsoft Entra ID 5. Scope of requirements: proposed solution must fully meet the scope of requirements outlined in the briefing document (avialable free of charge n the etendering portal) 6. Architecture & Platform Options: solution must offer both a Headless CMS capability and a traditional enterprise CMS option 7. Non-Production Environments: dedicated development, test/staging and production environments, including seeded test data for validation and training must be included. 8. Structured Content & Workflows: CMS support structured content types, governed components, draft/review/approval workflows, scheduled publishing, and full audit trails 9. Migration Safety & SEO Protection: structured migration approach (audit - prune - rewrite - redirect) -- not lift-and-shift -- including full 301 redirect mapping, parallel-run and rollback protections to safeguard rankings, link equity and user journeys? Must have proven experience of delivering complex, content-heavy website migrations. 10. Accessibility (WCAG 2.2 AA Minimum): website, components and templates delivered to WCAG 2.2 AA compliance at minimum, with CI-driven checks and periodic expert audits, and with AAA targeted where feasible. 11. Mobile Responsiveness: support full mobile, tablet and desktop responsiveness across all key breakpoints and devices. 12. Security Assurance: conduct regular vulnerability assessments and penetration testing aligned to OWASP Top 10, supported by a documented incident response plan. 13. Operational Reporting & Alerts: provide operational and governance reporting (accessibility issues, broken links, content expiry, overdue reviews, workflow queues, editor activity) as well as automated alerts for downtime, publishing failures and integration errors. 14. Relevant Delivery Experience: must have delivered at least two platform upgrades of comparable complexity within the last three years (Higher Education or commercial). 15. Delivery Capacity: have capacity to commence delivery in 2026 and meet a full implementation schedule culminating in a go live by end of January 2027. In-house capacity, resourcing and processes to directly manage the full content migration without operational dependency on the University. 16. Contractual Documents (GTCs & DSA): Expected GTCs and DSA have been provided for information in the tender pack. The successful supplier will be required to complete these prior to contract award. 17. GDPR & Data Protection Compliance: comply with GDPR, including consent and cookie tracking, data minimisation, retention and deletion practices, data subject rights (DSR) processes, and relevant documentation. 18. Data Residency (UK & EEA Only): confirm that all personal data will be stored and processed exclusively within the UK and EEA. 19. Data Security: Bidders (and any subcontractor) must hold a current and valid certification for ISO27001, Cyber Essentials (Plus preferred), or an equivalent recognised standard."
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-07-01T00:00:00+01:00",
"endDate": "2029-06-30T23:59:59+01:00",
"maxExtentDate": "2031-06-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Up to 24 months, dependant on performance and contract deliverables. Will also consider the direction of travel for digital services at the University."
},
"hasOptions": true,
"options": {
"description": "Development of Contracted services where new parameters/value added services may be identified."
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "021051-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/021051-2026",
"datePublished": "2026-03-09T16:36:18Z",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2030-10-01T23:59:59+01:00"
}
]
},
"contractTerms": {
"financialTerms": "Invoicing address will be provided as part of Contract finalisation."
},
"riskDetails": "KPI's are stated in the Tender pack."
},
"language": "en"
}