Loading page content…
Loading page content…
9 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
Sheffield Hallam University currently has 2 campuses with several catering sites at each campus. This is a strategic project which will provide efficiency and experience benefits across the organisation for students, staff, and visitors who purchase goods and services at catering outlets on campus. At its peak Catering Services process up to 800,000 transactions per year, with up to 7,000 in a single day. This is a project which will prioritise improving customer and user experience for tens of thousands of unique customers each year. This project particularly focuses on the 'Infrastructure' and 'financial sustainability' strategic themes from the latest university plan. We are seeking to procure both catering hardware and software. There is a requirement for this contract to work flexibly over the term of the agreement in order for us to purchase new equipment as well as moving hardware from site to site. In addition to catering software and hardware, we are also keeping the payment terminals of the wider university within the scope of this project and seek proposals on how to embed these with the new solution. Additional information: All documents can be downloaded by registering on https://support.in-tend.co.uk/login.aspx Is a Recurrent Procurement Type? : Yes
From £200,000
Contract value
Sheffield Hallam University requires a CNC Fibre Laser Cutter with its supporting equipment, software and warranties for the College of Business Technology and Engineering (BTE). The intended use of the new CNC fibre laser cutter is two-fold. Firstly, it will be used to educate groups of students on the state-of-the-art manufacturing process and secondly to facilitate the manufacture of a vast array of components designed by students and University staff for a variety of projects, teaching aids and maintenance components. Usually there are 2 main driving factors when it comes to selecting an appropriate laser cutter; working area, i.e., the largest piece of material that can fit within the machine, and the power of the laser source. However due to the lack of space within the departments building it is more applicable to state the size of the space available for the machine and then base our selection on how well a certain machine maximises its overall size in comparison with the available working area. In terms of laser power, we will specify the thicknesses of different materials we cut and allow the manufacturers to recommend a laser power. The use of the machine also drives our specification as typically these machines are designed for high volume production whereas our machine will be used for very low volume but by many different users of different skill sets so safety and ease of use is of importance in addition to speed. It is essential that students and members of staff can be quickly and easily trained to use the machine with very little support from technical staff as the work hours involved with this would be un-feasible. Please see tender documents at https://in-tendhost.co.uk/sheffieldhallamuniversity.
£100,000
Contract value
Sheffield Hallam University requires a Cell Sorter and Class II Biological Cabinet with its supporting equipment, initial consumables, software, and warranties. Additional information: Applications must be submitted through In-tend https:/www.in-tendhost.co.uk/sheffieldhallamuniversity Is a Recurrent Procurement Type? : No
Value undisclosed
INVITATION TO TENDER FOR WEB DESIGN, DEVELOPMENT and CONSULTANCY SERVICES TENDER REFERENCE: 2223-30-RCM-LJ FIND A TENDER REF: 2023/S 000-010692 Apply via https://in-tendhost.co.uk/sheffieldhallamuniversity The University has a five-year requirement for front-end design and development services to enhance its websites, digital services and underlying design system. We expect this to include some or all of the following : • Support the design or improvement of small-scale web interfaces and templates, including prototyping and testing. The successful supplier will take an active role in developing and maintaining our design system, with input into the purpose of and rationale behind its constituent parts. • Provide consultancy on larger design and development projects, participating in discovery, definition and design activity such as stakeholder and user interviews, journey mapping and cross-function design critiques • Support future-proofing and ongoing compliance of design system through scheduled review processes, and through sharing new approaches, technologies and compliance needs with senior managers from Recruitment, Comms and Marketing (RCM) and Digital Technology Services (DTS). • Supply standardised, front-end code to support design and functionality changes, working closely with back-end developers. • Provide a range of UX design and/or technical design options for each project, according to project needs. • Provide clear documentation for all front-end design and development work to support transparency and continuity across the University's web services. • Provide full access to final code and design files, to ensure the University can self-manage outputs. • Collaborate with University teams through University-managed work management systems, to be agreed at initiation stage of each project. These include Jira, Git and DevOps.
£1,014,667
Contract value
INVITATION TO TENDER FOR WEB DESIGN, DEVELOPMENT and CONSULTANCY SERVICES TENDER REFERENCE: 2223-30-RCM-LJ FIND A TENDER REF: 2023/S 000-010692 Apply via https://in-tendhost.co.uk/sheffieldhallamuniversity The University has a five-year requirement for front-end design and development services to enhance its websites, digital services and underlying design system. We expect this to include some or all of the following : • Support the design or improvement of small-scale web interfaces and templates, including prototyping and testing. The successful supplier will take an active role in developing and maintaining our design system, with input into the purpose of and rationale behind its constituent parts. • Provide consultancy on larger design and development projects, participating in discovery, definition and design activity such as stakeholder and user interviews, journey mapping and cross-function design critiques • Support future-proofing and ongoing compliance of design system through scheduled review processes, and through sharing new approaches, technologies and compliance needs with senior managers from Recruitment, Comms and Marketing (RCM) and Digital Technology Services (DTS). • Supply standardised, front-end code to support design and functionality changes, working closely with back-end developers. • Provide a range of UX design and/or technical design options for each project, according to project needs. • Provide clear documentation for all front-end design and development work to support transparency and continuity across the University's web services. • Provide full access to final code and design files, to ensure the University can self-manage outputs. • Collaborate with University teams through University-managed work management systems, to be agreed at initiation stage of each project. These include Jira, Git and DevOps.
£1,014,667
Contract value
INVITATION TO TENDER FOR WEB DESIGN, DEVELOPMENT and CONSULTANCY SERVICES TENDER REFERENCE: 2223-30-RCM-LJ FIND A TENDER REF: 2023/S 000-010692 Apply via https://in-tendhost.co.uk/sheffieldhallamuniversity The University has a five-year requirement for front-end design and development services to enhance its websites, digital services and underlying design system. We expect this to include some or all of the following : • Support the design or improvement of small-scale web interfaces and templates, including prototyping and testing. The successful supplier will take an active role in developing and maintaining our design system, with input into the purpose of and rationale behind its constituent parts. • Provide consultancy on larger design and development projects, participating in discovery, definition and design activity such as stakeholder and user interviews, journey mapping and cross-function design critiques • Support future-proofing and ongoing compliance of design system through scheduled review processes, and through sharing new approaches, technologies and compliance needs with senior managers from Recruitment, Comms and Marketing (RCM) and Digital Technology Services (DTS). • Supply standardised, front-end code to support design and functionality changes, working closely with back-end developers. • Provide a range of UX design and/or technical design options for each project, according to project needs. • Provide clear documentation for all front-end design and development work to support transparency and continuity across the University's web services. • Provide full access to final code and design files, to ensure the University can self-manage outputs. • Collaborate with University teams through University-managed work management systems, to be agreed at initiation stage of each project. These include Jira, Git and DevOps.
£1,014,667
Contract value
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 The new Immersive workspace will provide an immersive learning environment used to support a variety of IOT (Institute of Technology) based courses within SHU - 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. By the 1st September 2024 the equipment needs to be delivered and installed including 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
£375,000
Contract value
Sheffield Hallam University wishes to establish a number of contracts with appropriately experienced commercial legal advisors to provide high quality support to the University and its in-house legal team in all aspects of their work. The University's requirements are divided in to five Lots. Each Lot represents a contract with one advisor appointed per Lot.. The scope of the legal services required for each Lot is set out in the Legal Services Specification included within the procurement documents which are available from the link in the more information section of this notice but which in summary is to cover legal services in the following areas: Lot 1 - Corporate, Commercial and Regulatory (non-contentious). Lot 2 - Disputes and litigation; and Student matters (non-contentious and contentious). Lot 3 - HR and Employment law (Non-contentious and contentious). Lot 4 - Real Estate, Property and Construction (Non-contentious and contentious). Lot 5 - Full Service - This covers all the services / legal specialisms in Lots 1 to 4 combined. It is designed for projects which require advice across a number of legal specialisms. However, the University reserves the right to use the Full Service contract for any requirement for legal services which falls within the scope of Lot 5. For any of the Lots, the University may require advice on the applicable law in other jurisdictions. If legal advisors are unable to provide this advice themselves, they should have a network of international legal firm contacts who they have worked with and who they can recommend to the University as potential sources of advice in such other jurisdictions. Legal advisors must have a deep understanding of the higher education sector and the technical, legal and regulatory environment which the University operates within. Legal services provided must take account of and reflect that understanding and context. Legal advisors may apply and bid for one or more of the Lots but may only win a maximum of two (2) Lots. Where a legal advisor wins two Lots, any resulting contract to be awarded for those Lots may be in the form of a single contract with the advisor which covers both Lots. This procurement falls within the scope of the Light Touch Regime of the Public Contracts Regulations 2015. Each contract shall be for an initial period of three (3) years with an option to extend, at the University's discretion, by up to two (2) further periods of up to one (1) year each, giving a maximum contract term of five (5) years. For any year, spend under each Lot could be between £0-£400,000 GBP but overall the estimated value across all Lots combined over the maximum five (5) year term is estimated as £2,000,000 GBP. This is an estimate only as the University's overall spend will vary from year to year, as will the amount of annual spend under each Lot. Documents available at https://in-tendhost.co.uk/sheffieldhallamuniversity and look for reference 2324-02-SRD-LJ Additional information: In order to access the information documents please register on Sheffield Hallam University's In-Tend site https://in-tendhost.co.uk/sheffieldhallamuniversity and look for reference 2324-02-SRD-LJ
£2,000,000
Contract value
Sheffield Hallam is looking for a partner/s for two opportunities to be run out of our new flagship Howard Street building: a Café/Deli and a 100 Cover Restaurant. Both Opportunities are in a prime retail and hospitality destination , based on Howard street Sheffield, (post code S1 1WB) adjacent to Sheffield Hallam University and a short distance to the train station. This opportunity will be conducted through a Three-Stage Process to encourage applications for a variety of operators including SMEs and is intended to minimise the burden of the bidding process by only requiring more input if they are successful at an earlier stage. Those meeting the minimum Selection Criteria will be invited to submit a proposal. Following an initial evaluation of proposals, a shortlist of 3 operators will be selected to enter the final stage to clarify and negotiate a Best and Final Offer. Best and Final Offers will be evaluated using a combination of quality and commercial criteria and the best scoring operator will be awarded the contract. STAGE 1 - SELECTION QUESTION Any operator can engage with the process by completing the required information and answering the selection question The Selection Question is a single selection question about your knowledge and experience in relation to operating a similar type of business. STAGE 2 - Submission of Proposal & Shortlisting If you successfully pass the selection stage, you will be invited to Stage 2 which includes the submission of your proposal in the form of providing detailed responses to the questions outlined below. These include the main elements of a business plan that you would submit to a bank or lender to start a business, for example your business concept, financial plan, sample menus and pricing. In addition, there are some questions to ensure that We can partner with a quality operator that shares our values. While for this Stage the focus of Evaluation will be on the Quality of the proposals, you will also be required to submit an initial commercial proposal for discussion at Stage 3. The initial proposals will be evaluated, and a shortlist of 3 operators will be drawn up. These operators will be invited to participate in Stage 3. In the event that 2 or more operators score the same for the 3rd ranked place, these operators will all be invited to participate in Stage 3. STAGE 3 - Final Evaluation & Contract Award If you are shortlisted for stage 3 you will be invited to detailed discussions to allow us understand your proposals. While these will not be scored, they will be used to clarify and validate your proposal and will inform the final quality score. Please note that the commercial discussions will also not be scored. Final evaluation will be based solely on the content of your submitted best and final offer (BAFO) which you will be asked to submit at the end of Stage 3.
£11,900,000
Contract value