Section one: Contracting authority
one.1) Name and addresses
Sheffield Hallam University
City Campus,Howard Street
SHEFFIELD
S11WB
Contact
Procurement Team
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
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