- Scope of the procurement
- Lot 1 – Scotland, North West England, North East England, Yorkshire and the Humber. Disabled Students’ Allowance (DSA) Supplies and Services – Geographic Lots
- Lot 2 – West Midlands, East Midlands, Wales, Northern Ireland. Disabled Students’ Allowance (DSA) Supplies and Services – Geographic Lots
- Lot 3 – East England, London. Disabled Students’ Allowance (DSA) Supplies and Services – Geographic Lots
- Lot 4 – South West England, South East England. Disabled Students’ Allowance (DSA) Supplies and Services – Geographic Lots
Section one: Contracting authority
one.1) Name and addresses
Student Loans Company
Memphis Building, Lingfield Point, McMullen Road
Darlington
DL1 1RW
Contact
Rhod Stone
Telephone
+44 1413062000
Country
United Kingdom
NUTS code
UKC13 - Darlington
Internet address(es)
Main address
https://www.gov.uk/government/organisations/student-loans-company
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Processing of Student Finance
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Disabled Students’ Allowance (DSA) Supplies and Services
Reference number
2021-TR-0056
two.1.2) Main CPV code
- 30200000 - Computer equipment and supplies
two.1.3) Type of contract
Supplies
two.1.4) Short description
SLC is seeking to establish a framework agreement with suppliers to deliver the following: assessment of study needs, assistive technology (AT), assistive technology (AT) training, and the associated support services. English and Welsh domiciled DSA customers are in scope, with services extending nationwide.
To access DSA support, customers will have a needs assessment appointment with a specialist for a discussion – catered to their individual circumstances – about the best type of support available to them.
Assistive technology (AT) supply includes computers and software in addition to a range of other equipment such as ergonomic furniture, computer peripherals (printers and scanners), voice recorders, and other specialist items such as braille readers. AT training and ongoing support are services that will be made available to all DSA customers.
two.1.5) Estimated total value
Value excluding VAT: £400,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Disabled Students’ Allowance (DSA) Supplies and Services – Geographic Lots
Lot No
Lot 1 – Scotland, North West England, North East England, Yorkshire and the Humber
two.2.2) Additional CPV code(s)
- 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 - Ergonomic
- 48000000 - Software package and information systems
- 30213000 - Personal computers
- 80510000 - Specialist training services
- RC05 - In information technology
- 80533000 - Computer-user familiarisation and training services
- 85140000 - Miscellaneous health services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
- UKE - Yorkshire and the Humber
- UKD - North West (England)
- UKC - North East (England)
Main site or place of performance
SCOTLAND,YORKSHIRE AND THE HUMBER,NORTH WEST (ENGLAND),NORTH EAST (ENGLAND)
two.2.4) Description of the procurement
SLC is seeking to establish a framework agreement with suppliers to deliver the following:
Needs Assessments – a one-to-one appointment with a specialist to determine the customers’ specific needs and create their recommended support package.
Assistive Technology (AT) – the supply, delivery and set-up of specialist equipment, for example, a computer, disability-related software and / or ergonomic furniture. Suppliers will select AT items from an approved catalogue maintained by SLC.
Assistive Technology (AT) Training – training on how to use any equipment and/or software that has been recommended.
Support Services – a helpdesk to answer queries and provide information and guidance. Where repairs are necessary, process insurance and warranty claims and provide loan equipment when required. Support services also include processing any upgrades and review of needs requested.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £100,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The framework will last for 36 months with the option to extend for a further 2 x 12 month periods at the buyer's discretion and subject to satisfactory service provision. Following this period the framework will be subject to a further procurement exercise.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 2
Maximum number: 3
Objective criteria for choosing the limited number of candidates:
Candidates will be selected on their demonstrable ability to deliver the core services required and their experience in delivering services to disabled customers.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a further 2 x 12 month periods at the buyer's discretion and subject to satisfactory service provision
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
DSA is a non-income assessed grant and is available to eligible higher education customers in full time, part-time, post-graduate and distance learning courses who have a disability as defined under the Equality Act 2010.
SLC is a non-profit making government-owned organisation that administers loans and grants to our customers in colleges and universities in the UK.
two.2) Description
two.2.1) Title
Disabled Students’ Allowance (DSA) Supplies and Services – Geographic Lots
Lot No
Lot 2 – West Midlands, East Midlands, Wales, Northern Ireland
two.2.2) Additional CPV code(s)
- 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 - Ergonomic
- 48000000 - Software package and information systems
- 30213000 - Personal computers
- 80510000 - Specialist training services
- RC05 - In information technology
- 80533000 - Computer-user familiarisation and training services
- 85140000 - Miscellaneous health services
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKL - Wales
- UKN - Northern Ireland
Main site or place of performance
EAST MIDLANDS (ENGLAND),WEST MIDLANDS (ENGLAND),WALES,NORTHERN IRELAND
two.2.4) Description of the procurement
SLC is seeking to establish a framework agreement with suppliers to deliver the following:
Needs Assessments – a one-to-one appointment with a specialist to determine the customers’ specific needs and create their recommended support package.
Assistive Technology (AT) – the supply, delivery and set-up of specialist equipment, for example, a computer, disability-related software and / or ergonomic furniture. Suppliers will select AT items from an approved catalogue maintained by SLC.
Assistive Technology (AT) Training – training on how to use any equipment and/or software that has been recommended.
Support Services – a helpdesk to answer queries and provide information and guidance. Where repairs are necessary, process insurance and warranty claims and provide loan equipment when required. Support services also include processing any upgrades and review of needs requested.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £100,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The framework will last for 36 months with the option to extend for a further 2 x 12 month periods at the buyer's discretion and subject to satisfactory service provision. Following this period the framework will be subject to a further procurement exercise.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 2
Maximum number: 3
Objective criteria for choosing the limited number of candidates:
Candidates will be selected on their demonstrable ability to deliver the core services required and their experience in delivering services to disabled customers.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a further 2 x 12 month periods at the buyer's discretion and subject to satisfactory service provision
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
DSA is a non-income assessed grant and is available to eligible higher education customers in full time, part-time, post-graduate and distance learning courses who have a disability as defined under the Equality Act 2010.
SLC is a non-profit making government-owned organisation that administers loans and grants to our customers in colleges and universities in the UK.
two.2) Description
two.2.1) Title
Disabled Students’ Allowance (DSA) Supplies and Services – Geographic Lots
Lot No
Lot 3 – East England, London
two.2.2) Additional CPV code(s)
- 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 - Ergonomic
- 48000000 - Software package and information systems
- 30213000 - Personal computers
- 80510000 - Specialist training services
- RC05 - In information technology
- 80533000 - Computer-user familiarisation and training services
- 85140000 - Miscellaneous health services
two.2.3) Place of performance
NUTS codes
- UKH - East of England
- UKI - London
Main site or place of performance
EAST OF ENGLAND,LONDON
two.2.4) Description of the procurement
SLC is seeking to establish a framework agreement with suppliers to deliver the following:
Needs Assessments – a one-to-one appointment with a specialist to determine the customers’ specific needs and create their recommended support package.
Assistive Technology (AT) – the supply, delivery and set-up of specialist equipment, for example, a computer, disability-related software and / or ergonomic furniture. Suppliers will select AT items from an approved catalogue maintained by SLC.
Assistive Technology (AT) Training – training on how to use any equipment and/or software that has been recommended.
Support Services – a helpdesk to answer queries and provide information and guidance. Where repairs are necessary, process insurance and warranty claims and provide loan equipment when required. Support services also include processing any upgrades and review of needs requested.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £100,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The framework will last for 36 months with the option to extend for a further 2 x 12 month periods at the buyer's discretion and subject to satisfactory service provision. Following this period the framework will be subject to a further procurement exercise.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 2
Maximum number: 3
Objective criteria for choosing the limited number of candidates:
Candidates will be selected on their demonstrable ability to deliver the core services required and their experience in delivering services to disabled customers.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a further 2 x 12 month periods at the buyer's discretion and subject to satisfactory service provision
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
DSA is a non-income assessed grant and is available to eligible higher education customers in full time, part-time, post-graduate and distance learning courses who have a disability as defined under the Equality Act 2010.
SLC is a non-profit making government-owned organisation that administers loans and grants to our customers in colleges and universities in the UK.
two.2) Description
two.2.1) Title
Disabled Students’ Allowance (DSA) Supplies and Services – Geographic Lots
Lot No
Lot 4 – South West England, South East England
two.2.2) Additional CPV code(s)
- 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 - Ergonomic
- 48000000 - Software package and information systems
- 30213000 - Personal computers
- 80510000 - Specialist training services
- RC05 - In information technology
- 80533000 - Computer-user familiarisation and training services
- 85140000 - Miscellaneous health services
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
- UKK - South West (England)
Main site or place of performance
SOUTH EAST (ENGLAND),SOUTH WEST (ENGLAND)
two.2.4) Description of the procurement
SLC is seeking to establish a framework agreement with suppliers to deliver the following:
Needs Assessments – a one-to-one appointment with a specialist to determine the customers’ specific needs and create their recommended support package.
Assistive Technology (AT) – the supply, delivery and set-up of specialist equipment, for example, a computer, disability-related software and / or ergonomic furniture. Suppliers will select AT items from an approved catalogue maintained by SLC.
Assistive Technology (AT) Training – training on how to use any equipment and/or software that has been recommended.
Support Services – a helpdesk to answer queries and provide information and guidance. Where repairs are necessary, process insurance and warranty claims and provide loan equipment when required. Support services also include processing any upgrades and review of needs requested.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £100,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The framework will last for 36 months with the option to extend for a further 2 x 12 month periods at the buyer's discretion and subject to satisfactory service provision. Following this period the framework will be subject to a further procurement exercise.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 2
Maximum number: 3
Objective criteria for choosing the limited number of candidates:
Candidates will be selected on their demonstrable ability to deliver the core services required and their experience in delivering services to disabled customers.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Option to extend for a further 2 x 12 month periods at the buyer's discretion and subject to satisfactory service provision.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
DSA is a non-income assessed grant and is available to eligible higher education customers in full time, part-time, post-graduate and distance learning courses who have a disability as defined under the Equality Act 2010.
SLC is a non-profit making government-owned organisation that administers loans and grants to our customers in colleges and universities in the UK.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
No applicable
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The service will have a number of KPIs in place to manage the performance of the various elements of the service.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Due to the expectation of the time and investment required by both SLC and suppliers in putting in place the new service, SLC has determined to make the contract 5 years in duration in total (3 years with an option to extend by up to 2 x 1year) to allow sufficient benefit from the service to be achieved in that period.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-003278
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 May 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
17 June 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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 six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: June 2026
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.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:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/RDRBE36R55
GO Reference: GO-202247-PRO-19931395
six.4) Procedures for review
six.4.1) Review body
Student Loans Company
100 Bothwell Street
Glasgow
G2 7JD
Telephone
+44 1413062109
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Student Loans Company
100 Bothwell Street
Glasgow
G2 7JD
Telephone
+44 1413062109
Country
United Kingdom