Contract notice

Information

Published

Expire date: 22/11/2021

External Reference: 2021-501187

FTS Reference: 2021-026427

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Jisc
56579
4 Portwall Lane
Bristol
BS1 6NB
UK
Contact person: Rhianna Best
NUTS code:  UKK11 -  Bristol, City of
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/login.asp?B=JISC
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
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

Virtual Classroom Install & Support Services
Reference number:  Proc1652
II.1.2)

Main CPV code

50300000  -  Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
II.1.3)

Type of contract

Services
II.1.4)

Short description

To support the UK’s higher and further education organisations enhance their remote delivery of teaching and learning, Jisc is developing a Virtual Classroom offer and is seeking providers of virtual classroom installation and support services to enable the provision of a resilient and scalable service. This procurement is split into two separate Lots
II.1.5)

Estimated total value

Value excluding VAT: 1750000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1: Installation of Virtual Classroom Solutions
Lot No:  1
II.2.2)

Additional CPV code(s)

30200000  -  Computer equipment and supplies
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

The installation of Virtual Classroom Solutions, including:
Site survey, concept and technical design including drawings of virtual classroom at client premises;
Minor works – lighting, acoustics, painting, carpeting, partitioning, fixtures, fittings, cooling, blinds, cabling, bespoke furniture;
Supply of audio, visual, networking and computer equipment - Microphones, cameras, screens, controllers, racks and podiums;
Assembly, setup and testing of audio, visual, networking and computer equipment – Microphones, cameras, NUCs, screens, controllers;
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1500000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3  /  Maximum number: 6
Objective criteria for choosing the limited number of candidates:
As per the selection questionnaire
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The contract term will be one year with the option to extend annually up to a maximum of five years.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 2: Configuration and support of Virtual Classroom Solutions
Lot No:  2
II.2.2)

Additional CPV code(s)

50300000  -  Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Configuration and support of Virtual Classroom Solutions both remote and onsite, including:
Presales technical advice and liaison;
Software configuration of audio, visual, networking and computer equipment – network configuration, solution testing, account setup;
Remote technical support;
Onsite technical support.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 250000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3  /  Maximum number: 6
Objective criteria for choosing the limited number of candidates:
As per the selection questionnaire
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The contract term will be one year with the option to extend annually up to a maximum of five years.
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.1.2)

Economic and financial standing

Selection criteria as stated in the procurement 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

Restricted procedure
IV.1.8)

Information about the 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:  22/11/2021
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 06/12/2021
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 6  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

Jisc
Portwall Lane
Bristol
BS1 6NB
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Jisc Services Ltd will incorporate a standstill period at the point information on the award of the contract is communicated to suppliers. This notification provides information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for suppliers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 article 91 provides for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).