Section one: Contracting authority
one.1) Name and addresses
Jisc
4 Portwall Lane
Bristol
BS1 6NB
Contact
Rhianna Best
Country
United Kingdom
NUTS code
UKK11 - Bristol, City of
National registration number
56579
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/87175
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/login.asp?B=JISC
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/login.asp?B=JISC
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Virtual Classroom Install & Support Services
Reference number
Proc1652
two.1.2) Main CPV code
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
two.1.3) Type of contract
Services
two.1.4) Short description
To support the UK’s higher and further education organisations enhance their remote delivery of teaching and learning, Jisc is developing a Virtual Classroom offer and is seeking providers of virtual classroom installation and support services to enable the provision of a resilient and scalable service. This procurement is split into two separate Lots
two.1.5) Estimated total value
Value excluding VAT: £1,750,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1: Installation of Virtual Classroom Solutions
Lot No
1
two.2.2) Additional CPV code(s)
- 30200000 - Computer equipment and supplies
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The installation of Virtual Classroom Solutions, including:
Site survey, concept and technical design including drawings of virtual classroom at client premises;
Minor works – lighting, acoustics, painting, carpeting, partitioning, fixtures, fittings, cooling, blinds, cabling, bespoke furniture;
Supply of audio, visual, networking and computer equipment - Microphones, cameras, screens, controllers, racks and podiums;
Assembly, setup and testing of audio, visual, networking and computer equipment – Microphones, cameras, NUCs, screens, controllers;
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
As per the selection questionnaire
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract term will be one year with the option to extend annually up to a maximum of five years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2: Configuration and support of Virtual Classroom Solutions
Lot No
2
two.2.2) Additional CPV code(s)
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Configuration and support of Virtual Classroom Solutions both remote and onsite, including:
Presales technical advice and liaison;
Software configuration of audio, visual, networking and computer equipment – network configuration, solution testing, account setup;
Remote technical support;
Onsite technical support.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £250,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
As per the selection questionnaire
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract term will be one year with the option to extend annually up to a maximum of five years.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 November 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
6 December 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Jisc
Portwall Lane
Bristol
BS1 6NB
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Jisc Services Ltd will incorporate a standstill period at the point information on the award of the contract is communicated to suppliers. This notification provides information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for suppliers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 article 91 provides for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).