Tender

2324-08-BTE-RLD Immersive Workspace

  • Sheffield Hallam University

F02: Contract notice

Notice identifier: 2023/S 000-035618

Procurement identifier (OCID): ocds-h6vhtk-042156

Published 4 December 2023, 11:40am



The closing date and time has been changed to:

15 January 2024, 6:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Sheffield Hallam University

City Campus,Howard Street

SHEFFIELD

S11WB

Contact

Procurement Team

Email

strategicprocurement@shu.ac.uk

Telephone

+44 1142253431

Country

United Kingdom

Region code

UKE32 - Sheffield

UK Register of Learning Providers (UKPRN number)

10005790

Internet address(es)

Main address

https://www.shu.ac.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.in-tendhost.co.uk/sheffieldhallamuniversity

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.in-tendhost.co.uk/sheffieldhallamuniversity

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

2324-08-BTE-RLD Immersive Workspace

Reference number

2324-08-BTE-RLD

two.1.2) Main CPV code

  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)

two.1.3) Type of contract

Supplies

two.1.4) Short description

Sheffield Hallam University requires an Immersive Workspace with its supporting equipment, software, and warranties, for the Institute of Technology. The equipment is part of a long-term plan to ensure that the University continues to offer an up-to-date, industry-relevant experience to our students and that we teach immersive and innovative cutting-edge technologies that not only add to the student experience but also the credibility of the University.

This tender is for the supply, installation, commissioning, warranty, and maintenance of an Integrated (both hardware and software) Immersive Workspace. The Immersive workspace should provide an immersive visual and audio experience providing wall and floor projection, surround sound in an enclosed space to simulate a range of immersive teaching and simulated environments. These immersive environments could include:

• Medical simulated environments

• Construction / build 360 content

• Immersive gaming / VR

• Live streaming of 360 camera broadcasts

• Immersive teaching environments

Please see tender documents at https://in-tendhost.co.uk/sheffieldhallamuniversity

two.1.5) Estimated total value

Value excluding VAT: £375,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 38970000 - Research, testing and scientific technical simulator

two.2.3) Place of performance

NUTS codes
  • UKE32 - Sheffield
Main site or place of performance

Sheffield

two.2.4) Description of the procurement

The new Immersive workspace will provide an immersive learning environment used to support a variety of IOT (Institute of Technology) based courses within Sheffield Hallam University - it will provide staff and students the opportunity to realise their own ambition and assist Sheffield Hallam in becoming the world's leading applied university.

The technical specification tables of requirements in the ITT documents detail the essential and highly desirable performance requirements of the machine identified by the University. These can be found at

https://in-tendhost.co.uk/sheffeildhallamuniversity

We also require information about Warranty, Documentation, Maintenance, Delivery, Installation, Commissioning and Acceptance Testing, Training, Health and Safety (H&S) and Technical Support within the Quality Criteria (Reply Form 3) section of the tender pack.

By the 1 September the equipment needs to be delivered and installed and training needs to be completed. Four members of university staff will require full training on the machine, and this will need to be completed over the period between installation and 1st September 2024.

Please see tender documents at https://in-tendhost.co.uk/sheffieldhallamuniversity

two.2.5) Award criteria

Quality criterion - Name: Ability to meet desirable technical requirementss / Weighting: 5%

Quality criterion - Name: Build Quality and Future Proofing / Weighting: 6%

Quality criterion - Name: Software Functionality, Ease of Use and Security / Weighting: 6%

Quality criterion - Name: Software support and Development / Weighting: 5%

Quality criterion - Name: Warranty / Weighting: 5%

Quality criterion - Name: Equipment Maintenance Requirement / Weighting: 5%

Quality criterion - Name: Maintenance service Proposal / Weighting: 6%

Quality criterion - Name: Installation and Commissioning / Weighting: 4%

Quality criterion - Name: Training / Weighting: 4%

Quality criterion - Name: Technical Safety Requirements / Weighting: 4%

Quality criterion - Name: Student Opportunities / Weighting: 4%

Quality criterion - Name: Cost and Impact of Ownership / Weighting: 3%

Quality criterion - Name: Social Value Considerations / Weighting: 3%

Price - Weighting: 40%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

This information can be found within the tender 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

Open 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

Originally published as:

Date

11 January 2024

Local time

11:00am

Changed to:

Date

15 January 2024

Local time

6:00pm

See the change notice.

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

11 January 2024

Local time

11:05am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Sheffield Hallam University

Sheffield

S1 1WB

Country

United Kingdom