The Student Loans Company Limited is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | ATSP Equipment & Training |
Notice type: | Contract Notice |
Authority: | The Student Loans Company Limited |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | Disabled Students Allowances (DSA) are awarded to students when undertaking a course of higher education to help pay the extra costs they may incur because of a disability (including a long-term health condition, mental health condition or specific learning difficulty such as dyslexia). SLC wishes to develop a framework to deliver Assistive Technology (AT) Equipment and Training for Student Finance England (SFE) and Student Finance Wales (SFW) to support students that are in receipt of DSA grants. The requirements will include the delivery of hardware, software, training and ergonomic equipment and furniture directly to the student. |
Published: | 09/01/2020 15:31 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Student Loans Company
100 Bothwell Street, Glasgow, G2 7JD, United Kingdom
Tel. +44 1412433198, Email: susan_ayre@slc.co.uk
Contact: Susan Ayre
Main Address: https://www.gov.uk/slc
NUTS Code: UKM82
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=461614899
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=461614899 to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: ATSP Equipment & Training
Reference Number: 2019-SLC-002
II.1.2) Main CPV Code:
30200000 - Computer equipment and supplies.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Disabled Students Allowances (DSA) are awarded to students when undertaking a course of higher education to help pay the extra costs they may incur because of a disability (including a long-term health condition, mental health condition or specific learning difficulty such as dyslexia).
SLC wishes to develop a framework to deliver Assistive Technology (AT) Equipment and Training for Student Finance England (SFE) and Student Finance Wales (SFW) to support students that are in receipt of DSA grants.
The requirements will include the delivery of hardware, software, training and ergonomic equipment and furniture directly to the student.
II.1.5) Estimated total value:
Value excluding VAT: 100,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
30213100 - Portable computers.
30237000 - Parts, accessories and supplies for computers.
50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment.
39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products.
CA69-7 - Ergonomic
48000000 - Software package and information systems.
30213000 - Personal computers.
80510000 - Specialist training services.
RC05-3 - In information technology
II.2.3) Place of performance:
UKM82 Glasgow City
II.2.4) Description of procurement: SLC wishes to develop a framework to deliver Assistive Technology Equipment and Training for Student Finance England (SFE) and Student Finance Wales (SFW), to be paid from Disabled Students Allowances (DSAs). DSA are awarded to students when undertaking a course of higher education to help pay the extra costs they may incur because of a disability (including a long-term health condition, mental health condition or specific learning difficulty such as dyslexia). The allowances can cover the cost to computers, software, and training,in addition to items of specialist equipment, and general expenses. Suppliers will be expected to provide a range of other equipment such as computer peripherals (printers and scanners), voice recorders, and other more specialist items such as Braille readers as well as training on specialist software.
SLC is looking to deliver an improved service to students through a one-stop shop approach. To this end SLC is looking for a minimum of 3 suppliers to deliver all Assistive Technology Equipment and Training through a framework agreement. There will be a minimum of three (3) and a maximum of 5 (at SLC's discretion) providers on the framework and work will be awarded using a rotational method whereby for each order SLC will utilise the next supplier on the list. Suppliers will be subject to quarterly performance monitoring based on agreed key performance indicators which will be agreed with the successful bidders. Examples of measures might be delivery, service quality, response times and turnaround times.
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: 100,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As stated within the procurement documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2019/S 33 - 73553
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 10/02/2020 Time: 12:00
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 month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 10/02/2020
Time: 12:00
Place:
Electronic
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 01/04/2023
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Glasgow:-Computer-equipment-and-supplies./UX4N64G393
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/UX4N64G393
VI.4) Procedures for review
VI.4.1) Review body:
High Court
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 09/01/2020
Annex A