Loading page content…
Loading page content…
46 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
Sheffield Hallam 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. We have a number of strategic priorities that rely on website development over the coming years including, but not limited to: Ongoing improvements of our prospective student journey across course and experience pages, bringing to life our offer and enhancing our reputation as a quality institution. It is important that we grow market share outside our local region and our website is a crucial channel for these new audiences. This also elevates the importance of our accommodation offer which needs a significant amount of work to improve the user experience. A new London campus is due to open in 2026 and our web presence has been identified as an enabler project for this work. Consideration in terms of how we represent our offer to this new audience is a priority, as is the interplay between showcasing Hallam in Sheffield and Hallam in London on our website. Alongside this we are diversifying into online learning, developing a partnership with an elearning provider to help us increase income by reaching new markets. Clear user journeys between our site and our partner site will be vital to this project, as will a comprehensive and well-maintained design system that we can share with our partner. We have recently migrated our CRM system to Microsoft Dynamics and there is ongoing work to integrate the system with front end experiences delivered through Sitecore. Our current priorities are around forms but there is the potential for this to move into development of an applicant portal. This and other projects could require integration with other corporate systems, such as SITS. We have prioritised projects which will require a significant amount of website development, including micro-sites to support our new sub-brands, an improved user experience for staff recruitment and a sector-led approach for business engagement. Alongside all of this accessibility continues to be a core objective. The University's external website is 92% compliant with WCAG 2.1 AA criteria at time of writing, and our ambition is to achieve and maintain 100% compliance across all our web properties.
£1,041,667
Contract value
The University requires an Occupational Health Service (OHS) supplier to assess the health of applicants/students. The requirement is for the OHS to • ensure that all applicants/students on regulated courses (teacher education, health and social care courses) meet the standards of health required by professional and statutory bodies, including provision of an immunisation service. • undertake the health clearance for applicants on regulated courses within a timeframe aligned to the commencement of their course. • provide relevant immunisations for applicants/students on relevant regulated courses within a timeframe aligned to the commencement of placement activity. • provide medical opinion on the ability of any student to independently engage in managing their own health conditions whilst engaging with all aspects of their course of studying, including attendance at University and their attendance on placement where relevant. • provide health screening and immunisation service for [PhD] students on an ad hoc basis. The main aims of the OHS are as follows. • To assure the University that applicants and students on regulated courses meet the Higher Education Occupational Practitioners (HEOP) standard of medical fitness required to train as teachers, health care professionals and social care professionals. • To provide immunisations for health and social care applicants/students as required and in line with the Department of Health 'Green Book' (including PhD students where necessary). • To provide medical opinion regarding support and/or adjustments students might require in order to fulfil the professional requirements of their course. • To confirm health clearance for all applicants on regulated courses prior to the commencement of the course in accordance with the timetable provided by the University. • To confirm vaccination clearance for all students on relevant regulated courses prior to the commencement of placement activity in accordance with the timetable provided by the University. • To respond to any revisions and/or additions to the regulatory requirements for students on regulated courses. • To provide medical opinion on the capability of students to self-manage existing health conditions where there is a concern about the impact on, self, other students and staff, patients, staff in placement settings, and/or following a break in study for medical reasons. • To provide medical opinion regarding support and/or adjustments students might require to independently manage their own health conditions whilst attending University and during any placements (as above). Note that examples of health care professional courses includes: nursing, midwifery, operating department practice, paramedic, diagnostic radiography, radiography and oncology, occupational therapy, physiotherapy, physician associates, dietetics, art psychotherapy.
£2,666,667
Contract value
The University requires an Occupational Health Service (OHS) supplier to assess the health of applicants/students. The requirement is for the OHS to • ensure that all applicants/students on regulated courses (teacher education, health and social care courses) meet the standards of health required by professional and statutory bodies, including provision of an immunisation service. • undertake the health clearance for applicants on regulated courses within a timeframe aligned to the commencement of their course. • provide relevant immunisations for applicants/students on relevant regulated courses within a timeframe aligned to the commencement of placement activity. • provide medical opinion on the ability of any student to independently engage in managing their own health conditions whilst engaging with all aspects of their course of studying, including attendance at University and their attendance on placement where relevant. • provide health screening and immunisation service for [PhD] students on an ad hoc basis. The main aims of the OHS are as follows. • To assure the University that applicants and students on regulated courses meet the Higher Education Occupational Practitioners (HEOP) standard of medical fitness required to train as teachers, health care professionals and social care professionals. • To provide immunisations for health and social care applicants/students as required and in line with the Department of Health 'Green Book' (including PhD students where necessary). • To provide medical opinion regarding support and/or adjustments students might require in order to fulfil the professional requirements of their course. • To confirm health clearance for all applicants on regulated courses prior to the commencement of the course in accordance with the timetable provided by the University. • To confirm vaccination clearance for all students on relevant regulated courses prior to the commencement of placement activity in accordance with the timetable provided by the University. • To respond to any revisions and/or additions to the regulatory requirements for students on regulated courses. • To provide medical opinion on the capability of students to self-manage existing health conditions where there is a concern about the impact on, self, other students and staff, patients, staff in placement settings, and/or following a break in study for medical reasons. • To provide medical opinion regarding support and/or adjustments students might require to independently manage their own health conditions whilst attending University and during any placements (as above). Note that examples of health care professional courses includes: nursing, midwifery, operating department practice, paramedic, diagnostic radiography, radiography and oncology, occupational therapy, physiotherapy, physician associates, dietetics, art psychotherapy. Find A Tender Ref 2023/S 000-028809 Apply via https://in-tendhost.co.uk/sheffieldhallamuniversity
£2,666,667
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 Please see tender documents at https://in-tendhost.co.uk/sheffieldhallamuniversity
£375,000
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 I.3) 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. The estimated value in section II.1.5 is for all Lots combined over the maximum five year term. 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. 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 (as set out in section II.1.5) is estimated as £2,000,000 GBP. This procurement falls within the scope of the Light Touch Regime of the Public Contracts Regulations 2015.
£2,000,000
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 University requires signage suppliers to support our needs in relation to ongoing signage maintenance and replacement, the design, manufacture and fitting of new signage, large scale external signage, small internal signs and temporary signage, site surveys and resulting recommendations and signage removal and disposal. All aspects of signage quality and the service provided are important to us. However we would also like to develop excellent and ever-improving collaborative relationships with the successful suppliers to support the dynamic needs of the University estate. It is our intention, should we receive tenders of sufficient standard and acceptable cost, to award to multiple suppliers (no more than 2), to create a 4 year framework agreement with the successful supplier(s). The design, manufacture and provision of internal and external signage, in line with the specific requirements of the University. These requirements can range from a 4m high external sign made from aluminium, mounted on the side of a multi-storey building, through to a very small, simple waymarking sign. Temporary signage is sometimes also required - this would usually be plastic or foamex. The quality of the signs, in line with our specific requirements and Sheffield Hallam University artwork is of utmost importance to us. We would never agree to accept or install signage that did not meet our quality standards. However, the service aspects of this contract are also of utmost importance. These include speed of service, flexibility to react to urgent jobs, the ability to carry out site surveys and one-off site visits and generally the establishment of an excellent close working relationship with the University. We also require good value for money. Tender documents and instructions about how to apply are available at https://in-tendhost.co.uk/sheffieldhallamuniversity
£400,000
Contract value
Sheffield Hallam University requires signage suppliers to support our needs in relation to ongoing signage maintenance and replacement, the design, manufacture and fitting of new signage, large scale external signage, small internal signs and temporary signage, site surveys and resulting recommendations and signage removal and disposal.
£400,000
Contract value
The University is required under the Equality Act to provide reasonable adjustments to support disabled students in reaching their potential. The Disabled Student Support Team comprises of an advisory, assistive technology and administration team. It is part of the Student Support Services team based within the Student and Academic Support directorate. Working as part of a wider network, we offer timely, accurate, and confidential information, along with advice, guidance, and resources to remove barriers to learning. We are seeking to establish an agreement with a suitable preferred supplier who can provide a high-quality, fully managed service for Disabled Student Support Workers for students studying at Sheffield Hallam University for the academic year 2024-25 onwards.
£1,166,666
Contract value
The University is required under the Equality Act to provide reasonable adjustments to support disabled students in reaching their potential. The Disabled Student Support Team comprises of an advisory, assistive technology and administration team. It is part of the Student Support Services team based within the Student and Academic Support directorate. Working as part of a wider network, we offer timely, accurate, and confidential information, along with advice, guidance, and resources to remove barriers to learning. We are seeking to establish an agreement with a suitable preferred supplier who can provide a high-quality, fully managed service for Disabled Student Support Workers for students studying at Sheffield Hallam University for the academic year 2024-25 onwards.
£1,166,666
Contract value
Sheffield Hallam University requires an 3D Photogrammetry Scanner 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 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 a Photogrammetry 3D Scanning Rig. The Photogrammetry 3D Scanning Rig should capture highly precise and colour correct 3D data of people and objects. The 3D scanner will be used for a number of applications including: • Human and face 3D scanning • Medical and engineering based scanning items • Fashion and clothing Please see tender documents at https://in-tendhost.co.uk/sheffieldhallamuniversity
£237,500
Contract value
Sheffield Hallam University requires an 3D Photogrammetry Scanner 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 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 a Photogrammetry 3D Scanning Rig. The Photogrammetry 3D Scanning Rig should capture highly precise and colour correct 3D data of people and objects. The 3D scanner will be used for a number of applications including: • Human and face 3D scanning • Medical and engineering based scanning items • Fashion and clothing Please see tender documents at https://in-tendhost.co.uk/sheffieldhallamuniversity The Photogrammetry 3D Scanning Rig will be 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. These can be found at https://in-tendhost.co.uk/sheffieldhallamuniversity 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 31st October 2024 the equipment needs to be delivered and installed including 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 31st October 2024.
£237,500
Contract value
Sheffield Hallam University has a number of strategic priorities that derive directly from a tailored law portfolio which utilises the HKC brand and the creation of a law school in the new Institute of Law & Justice. Central to this strategy is the creation of a new LLM postgraduate course (Solicitors Qualifying Examination "SQE" part 1 & 2) to provide "a cradle to qualification" for students who want to become solicitors. We require a supplier to provide the SQE preparation training elements which will form part of the LLM Solicitors Qualification Examination. The requirement is for a supplier to provide: • Professional training via an online system which students can access independently • A readily accessible online support service for system issues • Professional support for students for academic issues relating to the training provided • Involvement in a review of the Sheffield Hallam University course design and be involved in the development of the other law modules provided by SHU which form the LLM award.
£1,250,000
Contract value
Sheffield Hallam University has a number of strategic priorities that derive directly from a tailored law portfolio which utilises the HKC brand and the creation of a law school in the new Institute of Law & Justice. Central to this strategy is the creation of a new LLM postgraduate course (Solicitors Qualifying Examination "SQE" part 1 & 2) to provide "a cradle to qualification" for students who want to become solicitors. We require a supplier to provide the SQE preparation training elements which will form part of the LLM Solicitors Qualification Examination. The requirement is for a supplier to provide: • Professional training via an online system which students can access independently • A readily accessible online support service for system issues • Professional support for students for academic issues relating to the training provided • Involvement in a review of the Sheffield Hallam University course design and be involved in the development of the other law modules provided by SHU which form the LLM award. Application via Sheffield Hallam's In-Tend system https://in-tendhost.co.uk/sheffieldhallamuniversity
£1,250,000
Contract value
ITT for a Concession Contract for the Provision of Catering Services - 2324-80-EST-AS 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 central location has one of the highest pedestrian footfall within the city, making this an attractive for a prospective operator. The opportunity requires no large capital investment as both units are offered turnkey and are fully furnished and FF&E equipped. This is being run under the Concession Contracts Regulation 2016
£11,900,000
Contract value
This opportunity will be conducted through a Three-Stage Process. This approach has been taken 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 in Attachment 5a in the Tender documents and answering the selection question which requires you to outline your experience. You must then upload your response to the Intend System by the deadline. The Selection Question is a single selection question which asks You to outline your knowledge and experience in relation to operating a similar type of business. The purpose of this question is for Us to ascertain whether You have the required experience, capacity and capability to perform the contract. 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. FULL DETAILS OF THE WEIGHTINGS, EVALUATION CRITERIA AND SCORING CAN BE FOUND IN THE TENDER DOCUMENTS
£11,900,000
Contract value
Sheffield Hallam University wishes to procure a Reward and Benefits platform.
£1,500,000
Contract value
Sheffield Hallam University requires a Servohydraulic Testing System with its supporting equipment, initial consumables, software, and warranties, for the College of Business, Technology and Engineering (BTE). 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 innovative cutting-edge technologies that not only add to the student experience but also the credibility of the University. The equipment is required to enhance the structural integrity facilities within the School of Engineering and Built Environment. The facilities support a range of activities within the institution including laboratory practicals, which allows some of the principles associated with mechanical testing, the integrity of structures/components and or structural/compositional differences in a material to be observed. These types of activities can be presented to a wide range of audiences from schools/college engagement sessions to undergraduate and post graduate taught delivery. The school has recently moved to a project-based learning pedagogic approach and as such there will be a greater emphasis and requirement for students at all levels, both undergraduate and postgraduate to use the equipment. Therefore, extending the current capabilities within the space is vital to ensure we can simulate, more accurately, real world behaviour using the equipment base we have, to enhance the learning experience for our students and to make them industry ready. The final demand for this piece of equipment will be in the area of consultancy and research. This piece of machinery will give us the capability to undertake more projects in this area. Further information about the essential and desirable technical requirements can be found within the tender documents at https://www.in-tendhost.co.yk/sheffieldhallamuniversity
£225,000
Contract value
The University requires a media planning and buying agency to assist in achieving its strategic marketing and student recruitment objectives, which include: ● delivering student recruitment success and engagement across the prospective student journey in line with academic and financial targets Home and International ● raising the profile and enhancing the reputation of the University through institutional positioning and research impact ● promoting the University brand and Sheffield city to achieve stand out and cut through in our competitive marketplace ● generating business leads through business engagement activity to support apprenticeship, placement, KTP and other institutional objectives ● Measuring and optimising all activity using data and insights to ensure our activities are relevant and impactful The agency will proactively support and work in partnership with the University's Marketing Directorate. In scope are all media planning and buying activities across Prospective Student Recruitment marketing and all brand level marketing as well as lead generation business to business marketing, paid search activity and social media campaigns across all audiences.
£10,416,667
Contract value
Showing 21–40 of 46 contracts