Tenders are therefore invited for the Contract for the Supply, Delivery and Installation of Equipment for the Gait Laboratory . The Keele University Gait Lab requires an integrated and synchronised system of Force Plates and Motion Capture Cameras to be supplied, delivered and installed by the 13thDecember 2021.The contract is divided into two lots, Lot 1- Gait Lab- Force Plates System and Lot 2- Gait Lab Motion Capture Camera System. Tenderers can bid for one or both lots.
The Gait Lab Space available for the equipment is 11.0m length x 10m width x 3m height
The new system must provide synchronised data capture via compatible analogue force plates (maximum 6) and an EMG system with 3D motion capture system. The system must be able to provide video vector capability ideally on three force plates (temporarily on one).
All equipment required must meet the following conditions :-
CE marked system
UK based technical support available.
5-year maintenance support contract
Staff training opportunities
Integrated system to be compatible with EMG for future-proofing.
Require one connection only to PC for both force plate and camera systems
• Power supply: power required to service three live force plates and all cameras.
The tender is divided into 2 Lots :-
Lot 1- Gait Lab Force Plate requirements
Lot 2 - Gait Lab Motion Capture Camera System Requirement
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://intendhost.co.uk/universityofkeele/aspx/Home
Additional information: The procurement documents are available for unrestricted and full direct access, free of charge, at:
https://in-tendhost.co.uk/universityofkeele/aspx/Home
Tenders or requests to participate must be submitted electronically via: https://in-tendhost.co.uk/universityofkeele/aspx/Home
Tenderers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Tenderer in connection with taking part in this procurement, regardless of whether such costs arise as a direct or indirect consequence of any amendments made to the procurement documents by Keele University at any time.
The University is looking to put in place a Decorating Framework for 4 years on the basis of 2 + 1 + 1 years.
The Decorating work will include Lot 1-Planned Cyclical work for Student Accommodation and Lot 2-Pool Rooms (teaching rooms), Lot 3-Reactive Work to Student Accommodation, Pool Rooms , Staff Housing and Science Park and Lot 4- External Works to all Estate properties.
Tenderers are required to bid for all four (4) Lots of Discrete Areas of Work
o Lot 1- Discrete Area of Planned work to Student Accommodation.
o Lot 2 - Discrete Area of Planned work to Pool Rooms (teaching spaces)
o Lot 3 - Discrete Areas of Reactive works to Student Accommodation, void Staff Housing, Pool Rooms and Science Park Estate Buildings.
o Lot 4- Discrete Areas of External work to all Estate buildings (dependent on funding and necessity)
The University envisage appointing up to three (3) Contractors to the four (4) Lots of Discrete Areas of Work, although the University reserves the right to vary this number. Tenderers are required to bid for all four (4) Lots of Discrete Areas of Work.
Whilst the Framework Agreement has a budget of ?1,452,000.00 no guarantee is given as to the levels of expenditure under the framework and within each lot.
The University shall identify the most economically advantageous tender in accordance with the Award Stage Evaluation criteria . The maximum score available for each Lot is 1000 marks, divided into 600 marks for Technical (Quality) and 400 marks for Commercial (Price).
Tenders are invited for the contract for the Supply, Delivery and Installation of Audio Visual Equipment for Innovation Centre 7 (IC7) in accordance with the Tender Specification in Section 2 of the ITT. The AV set up in the building will include an immersive Data Visualisation Suite made up of LED Tiles, a large Atrium LED video wall and a high-tech meeting room equipped for hybrid meetings and collaborative working. Other spaces will be equipped with large format displays and wireless presentation devices. Digital Signage and AV control systems will be required throughout the building.
The Design and Build of Innovation Centre 7 (IC7) is part funded through a suite of secured funding including Keele University, the European Regional Development Fund (ERDF) as part of the England 2014-2020
European Structural and Investment Funds (ESIF) Growth Programme, and UK Government funding through the Getting Building Fund. The Audio Visual Equipment is also part funded by ERDF
The main reasons for the decision not to subdivide the contract into lots : Given the need for one supplier to coordinate the supply, delivery, installation ,commissioning and programming of the AV Equipment required, the contract has not been subdivided into lots.
The supply, delivery, installation, commissioning and programming of AV equipment for IC7 needs to be completed by 22nd July 2022. The contract will commence on 9th May 2022 and run until the completion date of 22nd July 2022 followed by a 12-month defects liability period. All equipment and labour are to be covered by a 12-month minimum guarantee. Where the manufacturers guarantee for equipment extends beyond 1 year, you are to fulfil those obligations under that guarantee.
Award criteria
Quality criterion - Name: Approach and Methodology for the delivery of the Contract for the Supply, Delivery, and Installation of Audio-Visual Equipment for Innovation Centre 7 (IC7) / Weighting: 200
Quality criterion - Name: Programme for the delivery of the Contract for the Supply, Delivery, and Installation of Audio-Visual Equipment for the Innovation Centre 7 (IC7) / Weighting: 100
Quality criterion - Name: Relevant Experience and Expertise of key named individuals assigned to performing the Contract for the Supply, Delivery, and Installation of Audio-Visual Equipment for Innovation Centre 7 (IC7) / Weighting: 200
Quality criterion - Name: Technical Support / After Sales Service provided under the Contract. / Weighting: 100
Price - Weighting: 400
The estimated total value of the contract is £1,440,000.00 (inclusive of VAT) £1,200,000.00( excluding VAT)
Contract for the supply of IT peripherals for Keele University. This was a Direct Award under the SUPC IT Related Accessories and Parts (ITRAP) 2020 Framework Reference ITS4041 SU.
Harper Adams University and Keele University have established a Joint Veterinary ("Vet") School with the cohort of students split between the Harper and Keele campuses.
In order to allow Harper and Keele Vet School students to attend joint lectures and other joint teaching, a competent and reliable Service Provider is required to provide transport for students between the two University campuses.
Tenders are therefore invited from interested parties for the Provision of Transport for Harper and Keele Vet School for the 2022-2023, 2023-2024 and 2024-2025 Academic Years in accordance with the Tender Specification in Section 2 of the ITT.
The Contract covers the transport requirements for the 1st year students ("Year 1 Students"), 2nd year students ("Year 2 Students") and 3rd year students ("Year 3 Students").
The estimated total value of the Contract over its duration is £474,000 including VAT, £395,000 excluding VAT.
Main reasons for decision not to subdivide contract into lots: Given the need for one Service Provider to co-ordinate the delivery of all of the services required, the Contract has not been subdivided into lots.
The award stage evaluation criteria is 700 marks Quality/Technical:-.
Approach and Methodology for the delivery of the Contract - 350 marks
Proposed Management Structure, Responsibilities and Skills- 200 marks
Performance Monitoring - 150 marks
Price - 300 marks
Tenders are invited for the Supply and Installation of Network Cabling for the Network Transformation Project Phase 3 in accordance with the Tender Specification in Section 2 of the ITT.
The maximum budget for the contract is £160,000 excluding VAT. This maximum budget cannot be exceeded.
The University will not consider any tender submissions that are over the maximum budget. Any tender submissions exceeding the maximum budget will be disregarded.
Main reasons for the decision not to subdivide the contract into lots: Given the need for one supplier to co-ordinate the supply and installation of Network Cabling for the Network Transformation Project Phase 3, the contract has not been subdivided into lots.
Tenderers should note that the cabling specification for the tender requirement is Excel CAT6 due to existing installations and patch panels within communications rooms (as confirmed in the document titled 'Tender Specification for the Supply and Installation of Network Cabling for the Network Transformation Project Phase 3') and NOT CAT6a (as detailed in the document titled 'General Specification of Copper and Fibre Optic Data cabling, General Specification of Wiring Rooms and cabinets'). All cables must be compliant to component specification to ISO/IEC 11801:2002, EN 50173:2022 and TIA/EIA 568-B.2-1. The University's currently supplied product is Excel CAT6 as per the Data Sheet appended to the tender specification. Tenderers may propose an equivalent manufacturer of equal quality or specification to the extent this will not void the warranty of any existing equipment, although the University reserves the right to reject any manufacturer that does not meet this standard.
The Supply and Installation of Network Cabling for the Network Transformation Project Phase 3 (and any removal of ceiling tiles or grids or reinstatement required particularly fire stopping and ceiling grids) shall be completed by 31st July 2025.
The Contract will run for the period 15th May 2023 to 31st July 2025.
Award Criteria:
Quality criterion - Name: Approach and Methodology for the Supply and Installation of Network Cabling for the Network Transformation Project Phase 3 / Maximum Weighted Score 200 marks
Quality criterion - Name: Programme for the Supply and Installation of Network Cabling for the Network Transformation Project Phase 3 / Maximum Weighted Score 200 marks
Quality criterion - Name: Approach to compliance with CDM Regulations 2015 and all other relevant health and safety legislation applicable to the Supply and Installation of Network Cabling for the Network Transformation Project Phase 3 / Maximum Weighted Score 200 marks
Price - Weighting: 400
Tenders are invited for the Contract for the Delivery of Out of Home Advertising Campaigns in accordance with the Tender Specification in Section 2 of the Invitation to Tender (ITT) covering:
a. June Open Day 2023
b. Clearing 2023
The estimated total value of the contract is ?45,000.00 excluding VAT.
Main reasons for the decision not to subdivide the contract into lots: Given the need for one Service Provider to co-ordinate the Contract for the Delivery of Out of Home Advertising campaigns, the contract has not been subdivided into lots.
The Contract will run for the period 1st May 2023 to 31st August 2023.
Award Criteria:
Quality criterion - Name: Approach and Methodology for the Delivery of the Out of Home Advertising Campaigns / Maximum Weighted Score 350 marks
Quality criterion - Name: Programme for the Delivery of the Out of Home Advertising Campaigns / Maximum Weighted Score 350 marks
Price - Weighting: 300
Contract for the Supply, Delivery, Guided Deployment & Configuration of the High-Performance Computing Cluster (HPC) for Innovation Centre 7 (IC7) .
The procurement process conducted was a further competition under Lot 4 of the SSSNA - Servers, Storage & Solutions National Agreement Framework Agreement Number: ITS4043 SU.
Portfolio and Personal Learning Platform Software - Pebblepad. Call-Off under the SUPC SLRA (Software License Reseller Agreement) Framework reference: ITS4042 SU Lot 4 Other Software.