Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
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.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 has purchased 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.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
375 000.00
GBP
II.2) Description
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.
The technical specification tables of requirements in the ITT documents detailed the essential and highly desirable requirements of the machine identified by the University. These can be found at
https://in-tendhost.co.uk/sheffeildhallamuniversity
II.2.5) Award criteria
Quality criterion: Ability to meet desirable technical requirements
/ 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.2.11) 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 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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-035618
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
14/05/2024
V.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Igloo Vision Ltd
06628206
Unit 2, Craven Court, Stokewood Road
Craven Arms
SY7 8PF
UK
NUTS: UKG22
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 375 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
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
13/06/2024