Contract notice
Section I: Contracting
authority
I.1) Name and addresses
University of Dundee
Procurement, 3rd Floor, Tower Building, Nethergate
Dundee
DD1 4HN
UK
Telephone: +44 1382386810
E-mail: s.carstairs@dundee.ac.uk
NUTS: UKM71
Internet address(es)
Main address: http://www.dundee.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00105
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk
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
Provision of Non-Medical Personal Help Services
Reference number: UoD-PF013-TC-2024
II.1.2) Main CPV code
80340000
II.1.3) Type of contract
Services
II.1.4) Short description
The Authority is seeking suppliers for the provision of individual support for students who have disclosed a disability or additional support need. The Authority is putting in place a Framework of suppliers over three (3) Lots, as detailed in the ITT.
II.1.5) Estimated total value
Value excluding VAT:
1 300 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
All services excluding Communication Support Workers (CSW), British Sign Language (BSL) Interpreters and Autism Spectrum Condition Support
II.2.2) Additional CPV code(s)
80400000
79620000
80000000
II.2.3) Place of performance
NUTS code:
UKM71
Main site or place of performance:
Dundee
II.2.4) Description of the procurement
One-to-one Learning Support for students who disclose a disability or additional support need. This is intended to enable students to achieve on their course by providing a range of support such as: reading; notetaking; prompting; study skills; support in practical classes for those students who have a physical disability. The services required are not limited to those listed as the support needs in question subject to ongoing development.
II.2.5) Award criteria
Criteria below:
Quality criterion: Applying relevant experience to the delivery of this service
/ Weighting: 20
Quality criterion: Reporting, data transfer, relationships and delivering outcomes
/ Weighting: 20
Quality criterion: Job Descriptions and Fair Working Practices
/ Weighting: 10
Quality criterion: Service evaluation and feedback
/ Weighting: 10
Quality criterion: Payroll and invoice administration (3rd parties) – where applicable
/ Weighting: 10
Quality criterion: Sustainability
/ Weighting: 5
Price
/ Weighting:
25
II.2.6) Estimated value
Value excluding VAT:
1 300 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
Lot No: 2
II.2.1) Title
CSWs and BSL Interpreters
II.2.2) Additional CPV code(s)
80400000
79620000
80000000
II.2.3) Place of performance
NUTS code:
UKM71
Main site or place of performance:
Dundee
II.2.4) Description of the procurement
Communication Support Worker (Lot 2): To provide accurate interpretation for students using British Sign Language. To provide appropriate communication strategies to enable deaf students to integrate into their peer group and engage with their learning British Sign Language (BSL) Interpreter (Lot 2): To provide BSL Interpreting for students in and out with the classroom
II.2.5) Award criteria
Criteria below:
Quality criterion: Applying relevant experience to the delivery of this service
/ Weighting: 20
Quality criterion: Reporting, data transfer, relationships and delivering outcomes
/ Weighting: 20
Quality criterion: Job Descriptions and Fair Working Practices
/ Weighting: 10
Quality criterion: Service evaluation and feedback
/ Weighting: 10
Quality criterion: Payroll and invoice administration (3rd parties) – where applicable
/ Weighting: 10
Quality criterion: Sustainability
/ Weighting: 5
Price
/ Weighting:
25
II.2.6) Estimated value
Value excluding VAT:
1 300 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
Lot No: 3
II.2.1) Title
Autism Spectrum Condition Support
II.2.2) Additional CPV code(s)
80400000
79620000
80000000
II.2.3) Place of performance
NUTS code:
UKM71
Main site or place of performance:
Dundee
II.2.4) Description of the procurement
Autism Spectrum Condition (ASC) Support (Lot 3): To support autistic students to stay focused and on task and develop learning strategies to reach their full potential
II.2.5) Award criteria
Criteria below:
Quality criterion: Applying relevant experience to the delivery of this service
/ Weighting: 20
Quality criterion: Reporting, data transfer, relationships and delivering outcomes
/ Weighting: 20
Quality criterion: Job Descriptions and Fair Working Practices
/ Weighting: 10
Quality criterion: Service evaluation and feedback
/ Weighting: 10
Quality criterion: Payroll and invoice administration (3rd parties) – where applicable
/ Weighting: 10
Quality criterion: Sustainability
/ Weighting: 5
Price
/ Weighting:
25
II.2.6) Estimated value
Value excluding VAT:
1 300 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
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
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 6
IV.1.8) Information about 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:
28/02/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
28/02/2025
Local time: 12:00
Place:
Dundee
Information about authorised persons and opening procedure:
Sheena Carstairs
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=789147.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:789147)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=789147
VI.4) Procedures for review
VI.4.1) Review body
Dundee Sheriff Court and Justice of the Peace Court
Sheriff Court House 6 West Bell Street
Dundee
DD1 9AD
UK
VI.5) Date of dispatch of this notice
30/01/2025