University of the Arts London: Specific Learning Difficulties ("SpLD") Diagnostic Assessment Services Tender

  University of the Arts London is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Specific Learning Difficulties ("SpLD") Diagnostic Assessment Services Tender
Notice type: Contract Notice
Authority: University of the Arts London
Nature of contract: Services
Procedure: Accelerated restricted
Short Description: ‘This notice is a call for competition in accordance with Directive 2014/24/EU Article 48(2)’ a. The University of the Arts London (“the University”) is Europe’s largest specialist arts and design University, with close to 19,000 students from over 100 countries. b. Established in 1989, UAL brings together six esteemed Colleges: Camberwell College of Arts; Central Saint Martins; Chelsea College of Arts; London College of Communication; London College of Fashion; and Wimbledon College of Arts. c. The University offers excellence in teaching, learning and research and puts students at the heart of its activities. Further information about the University can be found at www.arts.ac.uk c. The University Disability Service is a University-wide department, which delivers advice and support to disabled students. The University has approximately 4,400 disabled students, of whom 3, 200 have disclosed a Specific Learning Difficulties (SpLDs). Each year, the University Disability Service commissions and pays for approximately 750 diagnostic assessments. It is possible that the annual number of referrals may reduce slightly over time. There may be less incentive to seek diagnosis, related to reductions in Disabled Students’ Allowances funding, or their needs may be met by inclusive practices within the institution. (SpLD is an umbrella term for a range of conditions, including dyslexia, dyspraxia, semantic pragmatic disorder, dyscalculia and Attention Deficit Disorder). d. The University Disability Service provides a screening and assessment service for SpLDs for students at Further Education (“FE”) and Higher Education (“HE”) level, including home, EU and international students. It is intended where appropriate, initial screenings will be conducted by Disability Service Dyslexia Support Tutors. If indicators of SpLDs are identified at the screening, the student is referred for a full diagnostic assessment by a Dyslexia Support Co-ordinator (there are two Co-ordinators within the Service). The University fully funds diagnostic assessments for students with a positive screening for SpLDs. e. The University seeks to establish a framework agreement and appoint a range of capable suppliers for the provision of SpLD services for students and staff. It is intended that the new contractual arrangements will be in place and suppliers will be fully operational by September 2015. The Framework Agreement covers the period August 2015 to July 2018, with the option of one further 12 months extension at the sole discretion of the University. Tenderers are required to note the Framework may be subject to a renewal arrangement through a competitive process in early 2019. f. The purpose of this Invitation to Tender (“ITT”) is to select & appoint potential assessment providers (“suppliers”) who can meet the University’s prerequisites in terms of price and quality of service for the provision of SpLD assessment requirements. g. The procurement procedural arrangements for establishing a Framework Agreement with several economic operators for the provision of SpLD diagnostic assessment services is not subject to all of the obligations in the Regulations but are nonetheless subject to Regulations 74 – 79 & 109-112, including the general obligations of transparency, equal treatment and non-discrimination under the Treaty principles. 4. It is anticipated that a minimum of 5 (where there are at least 5 suitably qualified & experienced (as a minimum)) and a maximum 10 (where there are at least 10 suitably qualified & experienced (as a maximum)) tenderers will be appointed under the Framework Agreement. h. For the record, Tenderers are advised reference to the type of contract award procedure designated under Section Section IV.1.1 of the contract notice published in the Official Journal of the European Union (OJEU) is not descriptive or wholly prescriptive of the procurement procedural arrangements for the selection and appointment of potential suppliers. i. Tenderers must follow the link: https://www.delta-esourcing.co
Published: 26/05/2015 17:55
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Miscellaneous health services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      The University of the Arts London, UKI
      1 Granary Square, 5th Floor, Granary Building,, London, N1C 4AA, United Kingdom
      Tel. +44 2075148401, Fax. +44 2075146095, Email: r.lallmahamood@arts.ac.uk, URL: http://www.arts.ac.uk, URL: www.arts.ac.uk
      Contact: Procurement Department (5th Floor), Attn: Mr A.R Lallmahamood (MCIPS), SS(PRAC)
      Electronic Access URL: https://www.delta-esourcing.com/tenders/UK-UK-London:-Higher-education-services./4T3MG799C6
      Electronic Submission URL: https://www.delta-esourcing.com/respond/4T3MG799C6

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Education

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Specific Learning Difficulties ("SpLD") Diagnostic Assessment Services Tender
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 25

         Region Codes: UKI - LONDON         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      
            Framework agreement with several operators

         Duration of the framework agreement:
                        Duration in months: 48
         Estimated total value of purchases for the entire duration of the framework agreement:
                                    
            Range between: 585,000 and 780,000
            Currency: GBP
                  
      II.1.5)Short description of the contract or purchase:
      Miscellaneous health services. Special education services. Higher education services. ‘This notice is a call for competition in accordance with Directive 2014/24/EU Article 48(2)’

a. The University of the Arts London (“the University”) is Europe’s largest specialist arts and design University, with close to 19,000 students from over 100 countries.

b. Established in 1989, UAL brings together six esteemed Colleges: Camberwell College of Arts; Central Saint Martins; Chelsea College of Arts; London College of Communication; London College of Fashion; and Wimbledon College of Arts.

c. The University offers excellence in teaching, learning and research and puts students at the heart of its activities. Further information about the University can be found at www.arts.ac.uk

c. The University Disability Service is a University-wide department, which delivers advice and support to disabled students. The University has approximately 4,400 disabled students, of whom 3, 200 have disclosed a Specific Learning Difficulties (SpLDs). Each year, the University Disability Service commissions and pays for approximately 750 diagnostic assessments. It is possible that the annual number of referrals may reduce slightly over time. There may be less incentive to seek diagnosis, related to reductions in Disabled Students’ Allowances funding, or their needs may be met by inclusive practices within the institution.

(SpLD is an umbrella term for a range of conditions, including dyslexia, dyspraxia, semantic pragmatic disorder, dyscalculia and Attention Deficit Disorder).

d. The University Disability Service provides a screening and assessment service for SpLDs for students at Further Education (“FE”) and Higher Education (“HE”) level, including home, EU and international students. It is intended where appropriate, initial screenings will be conducted by Disability Service Dyslexia Support Tutors. If indicators of SpLDs are identified at the screening, the student is referred for a full diagnostic assessment by a Dyslexia Support Co-ordinator (there are two Co-ordinators within the Service). The University fully funds diagnostic assessments for students with a positive screening for SpLDs.

e. The University seeks to establish a framework agreement and appoint a range of capable suppliers for the provision of SpLD services for students and staff. It is intended that the new contractual arrangements will be in place and suppliers will be fully operational by September 2015. The Framework Agreement covers the period August 2015 to July 2018, with the option of one further 12 months extension at the sole discretion of the University. Tenderers are required to note the Framework may be subject to a renewal arrangement through a competitive process in early 2019.

f. The purpose of this Invitation to Tender (“ITT”) is to select & appoint potential assessment providers (“suppliers”) who can meet the University’s prerequisites in terms of price and quality of service for the provision of SpLD assessment requirements.

g. The procurement procedural arrangements for establishing a Framework Agreement with several economic operators for the provision of SpLD diagnostic assessment services is not subject to all of the obligations in the Regulations but are nonetheless subject to Regulations 74 – 79 & 109-112, including the general obligations of transparency, equal treatment and non-discrimination under the Treaty principles. 4. It is anticipated that a minimum of 5 (where there are at least 5 suitably qualified & experienced (as a minimum)) and a maximum 10 (where there are at least 10 suitably qualified & experienced (as a maximum)) tenderers will be appointed under the Framework Agreement.

h. For the record, Tenderers are advised reference to the type of contract award procedure designated under Section Section IV.1.1 of the contract notice published in the Official Journal of the European Union (OJEU) is not descriptive or wholly prescriptive of the procurement procedural arrangements for the selection and appointment of potential suppliers.

i. Tenderers must follow the link: https://www.delta-esourcing.com/respond/4T3MG799C6 to register and access the tender documents. If you are already registered you will not need to register again, simply use your existing username and password to log-in. Please note there is a password reminder link on the homepage. Tenderers must log in, go to your Response Manager and add the following tender-box access code: 4T3MG799C6. For the avoidance of doubt, please note the online tender-box is titled "Specific Learning Difficulties ("SpLD") Diagnostic Assessment Services Tender". If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on T: 08452707050 or email helpdesk@delta-esourcing.com.

j. Tenderers are instructed to submit any questions arising from this ITT by using the 'email buyer' facility within the Portal by no later than 17:00hrs on 8 June 2015. Please note any questions relating to the ITT process raised outside of this facility will not be responded. Similarly, answers to the questions submitted will be communicated to all tenderers on a standard format and without reference to the originator, through the Portal by no later than 17:00hrs on 9 June 2015.

k. Tenderers are required to note variants will not be accepted and this contract notice does not involves the setting up of a dynamic purchasing system.

l. The procurement procedural arrangements, specifically in relation to the key milestones are listed below:

Invitation To Tender Process & MilestonesAnticipated Date & Time

Contract Notice Published in the Official Journal of the European Union - 26 May 2015
ITT Documents released on the Portal - 26 May 2015
Deadline for ITT Questions from Tenderers - 17:00hrs - 8 June 2015
Deadline for ITT responses to be issued to Tenderers - 17:00hrs - 9 June 2015
Deadline for tender return through the Portal - 09:00hrs - 22 June 2015
Tender Evaluation & Presentation Stages - 23 June to 3 July 2015
Deadline for Tender Evaluation Debrief Formality - 6 to 9 July 2015
Voluntary Standstill Period - 10 July to 20 July 2015
Contract Award Formality - 21 to 31 July 2015
Contract Mobilisation - August 2015
Framework Start Date - 1 September 2015
         
      II.1.6)Common Procurement Vocabulary:
         85140000 - Miscellaneous health services.
         
         80340000 - Special education services.
         
         80300000 - Higher education services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      1. All documentation relating to this procurement exercise is available in electronic form and managed entirely through the University’s online tendering portal Delta eSourcing (https://www.delta-esourcing.com) , supported by BiP SolutionsProvision.

2. The quantity or scope of the contract for the provision of SpLD diagnostic assessment services outlined in the short description of the notice, inclusive of the information contained in the following documents is available to download from the University’s online tendering portal:

ITT-Formality UAL168052015 (Engrossment).pdf
UAL168052015-Appendix A Standard Framework Agreement Terms.docx
UAL168052015-Schedule 1 of Appendix A Standard Call-Off Terms.docx
UAL168052014-Appendix B Form of Tender.xlsx
UAL168052015-Appendix C Service Requirements.docx
UAL168052015-Appendix D Evaluation Methodology.xlsx
UAL168052015-Appendix E Certificate of Collusive Tendering
UAL168052015-Appendix F Canvassing Certificate
UAL168052015-Appendix G University Data Processing Agreement
UAL168052015-Appendix H University Partnering Agreement
UAL168052015-Appendix I University Bribery Act Policy
UAL168052015-Appendix J Tender Response Checklist                  
         Estimated value excluding VAT:
         Range between: 585,000 and 780,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                  
         Number of possible renewals: 1
                           
      If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
         Duration in months: 48
         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not applicable
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Particulars detailed in the Invitation To Tender formality.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      No special form is required, but the Economic Operators will be required to become jointly and severally responsible for the contract.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      Particulars detailed in the Invitation To Tender formality.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      Particulars detailed in the Invitation To Tender formality.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Information and formalities necessary for evaluating if requirements are met:
         Particulars detailed in the Invitation To Tender formality.         
         Minimum Level(s) of standards possibly required:
         Particulars detailed in the Invitation To Tender formality.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
         
         Information and formalities necessary for evaluating if requirements are met:
         Particulars detailed in the Invitation To Tender formality.         
         Minimum Level(s) of standards possibly required:
         Particulars detailed in the Invitation To Tender formality.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Accelerated Restricted
         Justification for the choice of accelerated procedure: The procurement procedural arrangements for establishing a Framework Agreement for the provision of SpLD diagnostic assessment services is not subject to all of the obligations in the Regulations but are nonetheless subject to Regulations 74 – 79 & 109-112, including the general obligations of transparency, equal treatment, proportionality, mutual recognition and non-discrimination under the Treaty principles. The accelerated restricted procedure has been used for the purpose of accommodating the procurement time scale for receipt of tenders. Tenderers are required to note the contract award procedure for this procurement exercise is closely aligned to the "Open" procedure in respect of key milestones listed below:

Invitation To Tender Process & MilestonesAnticipated Date & Time

Contract Notice Published in the Official Journal of the European Union - 26 May 2015
ITT Documents released on the Portal - 26 May 2015
Deadline for ITT Questions from Tenderers - 17:00hrs - 8 June 2015
Deadline for ITT responses to be issued to Tenderers - 17:00hrs - 9 June 2015
Deadline for tender return through the Portal - 09:00hrs - 22 June 2015
Tender Evaluation & Presentation Stages - 23 June to 3 July 2015
Deadline for Tender Evaluation Debrief Formality - 6 to 9 July 2015
Voluntary Standstill Period - 10 July to 20 July 2015
Contract Award Formality - 21 to 31 July 2015
Contract Mobilisation - August 2015
Framework Start Date - 1 September 2015      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                Not Provided
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: UAL168052015      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 22/06/2015
         Time: 09:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: Any EU official language         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   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, and the contract will be awarded on the basis of the most economically advantageous tender. 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 the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document, and the contract will be awarded on the basis of the most economically advantageous tender. Please note this contract will not involve an electronic auction.

1.1In acquiescence with the procedural arrangements set out in the University of the Arts London’s (hereinafter referred to as “the University”) Invitation to Tender (“ITT”) formality; offers are invited, subject to the prerequisites set out therein and the tender documents described in Section 1.6 below, for the provision of Specific Learning Difficulties (“SpLD”) Diagnostic Assessment Services.

1.2Tenderers are advised that SpLD diagnostic assessment as a service falls under Schedule 3 of the Public Contracts Regulations 2015 (“the Regulations”) and the Common Procurement Vocabulary (“CPV”) attributed to the service is listed under Regulations 5(1)(d) and 74 as: “Special Education Services” – CPV code 80340000, “Higher Education Services” – CPV code 80300000, “Miscellaneous Health Services” – CPV code 85140000.

1.3The procurement procedural arrangements for establishing a Framework Agreement for the provision of SpLD diagnostic assessment services is not subject to all of the obligations in the Regulations but are nonetheless subject to Regulations 74 – 79 & 109-112, including the general obligations of transparency, equal treatment, proportionality, mutual recognition and non-discrimination under the Treaty principles.

1.4For the record, Tenderers are advised reference to the type of contract award procedure designated under Section Section IV.1.1 of the contract notice published in the Official Journal of the European Union (OJEU) is not descriptive or wholly prescriptive of the procurement procedural arrangements for the selection and appointment of potential suppliers.

1.5The University's tender documents for the provision of SpLD diagnostic assessment services are available to access through Delta eSourcing (hereinafter referred to as “the Portal”) online tendering portal. The electronic information and/or ITT formality for this opportunity are available at https://www.delta-esourcing.com/respond/4T3MG799C6

1.6The ITT formality is made up of this document in the format of an engrossment, inclusive of the following appendices herein, which has been uploaded on the Portal:

•ITT-Formality UAL168052015 (Engrossment).pdf
•UAL168052015-Appendix A Standard Framework Agreement Terms.docx
•UAL168052015-Schedule 1 of Appendix A Standard Call-Off Terms.docx
•UAL168052015-Appendix B Form of Tender.xlsx
•UAL168052015-Appendix C Service Requirements.docx
•UAL168052015-Appendix D Evaluation Methodology.xlsx
•UAL168052015-Appendix E Certificate of Collusive Tendering
•UAL168052015-Appendix F Canvassing Certificate
•UAL168052015-Appendix G University Data Processing Agreement
•UAL168052015-Appendix H University Partnering Agreement
•UAL168052015-Appendix I University Bribery Act Policy
•UAL168052015-Appendix J Tender Response Checklist

1.7Tenderers responding to this notice must read through the complete set of instructions herein and follow the process set out in the ITT formality to participate.

1.8Tenderers are required to follow the instructions below to register their interest to participate and respond to the invitation.

1.9Tenderers must follow the link: https://www.delta-esourcing.com/respond/4T3MG799C6 to register and access the tender documents. If you are already registered you will not need to register again, simply use your existing username and password to log-in. Please note there is a password reminder link on the homepage. Tenderers must log in, go to your Response Manager and add the following tender-box access code: 4T3MG799C6. For the avoidance of doubt, please note the online tender-box is titled "Specific Learning Difficulties ("SpLD") Diagnostic Assessment Services Tender". If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on T: 08452707050 or email helpdesk@delta-esourcing.com.

1.10Tenderers are instructed to submit any questions arising from this ITT by using the 'email buyer' facility within the Portal by no later than 17:00hrs on 8 June 2015. Please note any questions relating to the ITT process raised outside of this facility will not be responded. Similarly, answers to the questions submitted will be communicated to all tenderers on a standard format and without reference to the originator, through the Portal by no later than 17:00hrs on 9 June 2015.

1.11Tenderers are required to allow plenty of time when responding to this invitation prior to the closing date and time, specifically in relation to the process of uploading your tender responses through the portal.

1.12Tender responses must be written in English and uploaded through the Portal electronic tender-box bearing access code 4T3MG799C6, before the scheduled closing date on 22 June 2015 at 09:00hrs.

1.13Failure to upload a tender response by the closing date and time stated above (including all associated documents) through the Portal for SpLD diagnostic assessment services will result in automatic disqualification from the process.

1.14The University is not obligated to extend the closing date and time and equally reserves the absolute discretion to receive tender submission outside of the scheduled closing date & time under exceptional / mitigating circumstances. In the event a formal extension of time is granted beyond the scheduled closing date, this will result in the electronic tender-box closing date being reset and all tenderers will be notified accordingly.

1.15Tender responses must be well structured and appropriate information disclosed, accordingly. Excel documents are to be returned in excel format. If applicable, additional information can be submitted as a separate document.

1.16The University is bound by the obligation to ensure this ITT exercise is transparent and that all tenderers are treated fairly and equally.

1.17Tenderers are hereby instructed to ensure that no members of the University are contacted directly and/or indirectly, as a result of or in relation to this tendering exercise; unless prior consent has been granted in writing by the Head of Procurement Services.

1.18Tenderers are required to note that canvassing will lead to disqualification; any information and/or documents submitted in response to this invitation must relate to the tenderer only.

1.19The tenderer, for the purpose of this ITT, is the organisation which it is proposed will enter into a contract with the University if successful.

1.20All inquiries pertaining to this procurement exercise must be submitted through the Portal 'email buyer' facility. If your inquiry is urgent and solicits immediate attention, please contact:
Mr. Ray Lallmahamood (MCIPS) SS(PRAC)
Head of Procurement Services
T 0207 514 8401 - M: 077 3605 5486 - E r.lallmahamood@arts.ac.uk

1.21Tenderers are required to note the University is not duty-bound to accept the lowest or any offer and reserves the right to accept an offer either in whole or in part, each Service(s) and/or Good(s) being for this purpose treated as tendered separately.

1.22Tenderers acknowledge the fact that by responding to this invitation, the University is not liable for any direct or indirect cost incurred throughout this procurement exercise.

1.23Tenderers are required to note that there is no guarantee of demand or even any business for successful tenderers appointed on the Framework Agreement. However, Framework Agreements are created on a collaborative basis and the process is designed to capture & meet the University’s internal stakeholders’ requirements.

1.24Any modification to the ITT by the University will be notified to tenderers no less than 10 working days prior to the tender return date. If appropriate, the University will revise the tender return date to accommodate for any changes effected.

1.25The University may, at its discretion, seek clarification regarding any concerns over accuracy of tender responses submitted. Tenderers will not be permitted to amend tenders after the tender return date except as part of any tender clarification process.

1.26The University reserves the right to disqualify incomplete tender responses that do not accord with all the requirements in the ITT formality.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Miscellaneous-health-services./4T3MG799C6

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4T3MG799C6
GO-2015526-PRO-6629698 TKR-2015526-PRO-6629697
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      High Court (England, Wales and Northern Ireland)
      United Kingdom

      VI.4.2)Lodging of appeals: 1. The University of Arts London (“the University”) will exercise a “Standstill Period” of 10 calendar days as a minimum from the point information on the award of the contract is communicated to tenderers.

2. This period is intended to allow unsuccessful tenderers to seek further debriefing from the University before the contract is entered into.

3. Where an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

4. Any such action must be brought promptly and within the time limits as defined in the above Regulations.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            University of the Arts London 1 Granary Square
      5th Floor, Granary Building, FAO: Ray Lallmahamood (MCIPS), SS(PRAC) Head of Procurement Services, London N1C, United Kingdom
      Tel. +44 2075148401, Email: r.lallmahamood@arts.ac.uk, URL: www.arts.ac.uk

   VI.5) Date Of Dispatch Of This Notice: 26/05/2015

ANNEX A

View any Notice Addenda

View Award Notice