Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

2324-08-BTE-RLD Immersive Workspace

  • First published: 06 December 2023
  • Last modified: 06 December 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-042156
Published by:
Sheffield Hallam University
Authority ID:
AA21409
Publication date:
06 December 2023
Deadline date:
11 January 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Sheffield Hallam University

10005790

City Campus,Howard Street

SHEFFIELD

S11WB

UK

Contact person: Procurement Team

Telephone: +44 1142253431

E-mail: strategicprocurement@shu.ac.uk

NUTS: UKE32

Internet address(es)

Main address: https://www.shu.ac.uk

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

2324-08-BTE-RLD Immersive Workspace

Reference number: 2324-08-BTE-RLD

II.1.2) Main CPV code

38000000

 

II.1.3) Type of contract

Supplies

II.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

II.1.5) Estimated total value

Value excluding VAT: 375 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

38970000

II.2.3) Place of performance

NUTS code:

UKE32


Main site or place of performance:

Sheffield

II.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

II.2.5) Award criteria

Criteria below:

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

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

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

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

Quality criterion: Warranty / Weighting: 5%

Quality criterion: Equipment Maintenance Requirement / Weighting: 5%

Quality criterion: Maintenance service Proposal / Weighting: 6%

Quality criterion: Installation and Commissioning / Weighting: 4%

Quality criterion: Training / Weighting: 4%

Quality criterion: Technical Safety Requirements / Weighting: 4%

Quality criterion: Student Opportunities / Weighting: 4%

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

Quality criterion: Social Value Considerations / Weighting: 3%

Price / Weighting:  40%

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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.

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 11/01/2024

Local time: 11:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 11/01/2024

Local time: 11:05

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Sheffield Hallam University

Sheffield

S1 1WB

UK

VI.5) Date of dispatch of this notice

04/12/2023

Coding

Commodity categories

ID Title Parent category
38000000 Laboratory, optical and precision equipments (excl. glasses) Technology and Equipment
38970000 Research, testing and scientific technical simulator Miscellaneous evaluation or testing instruments

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
strategicprocurement@shu.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.