Contract notice
Section I: Contracting
authority
I.1) Name and addresses
UNIVERSITY OF SOUTHAMPTON
10007158
HIGHFIELD CAMPUS,UNIVERSITY ROAD
SOUTHAMPTON
SO171BJ
UK
Contact person: Rosie Pringle
Telephone: +44 2380595000
E-mail: procurement@soton.ac.uk
NUTS: UKJ3
Internet address(es)
Main address: http://www.southampton.ac.uk
Address of the buyer profile: https://in-tendhost.co.uk/universityofsouthampton/aspx/Home
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/universityofsouthampton
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/universityofsouthampton
Tenders or requests to participate must be sent 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
Non-Medical Help Student Support
Reference number: 2024UoS-1182
II.1.2) Main CPV code
80570000
II.1.3) Type of contract
Services
II.1.4) Short description
The University of Southampton is looking to enter into a 4-year contract with a supplier for the provision of Non-Medical Help Student Support (NMH). NMH support is provided on an individual basis, through recommendation from the University of Southampton's Student Disability and Inclusion team.
The NHM will focus on 5 primary areas of support:
• Mentoring support (Mental Health)
• Mentoring support(Autism)
• Specialist Study Skills Support (SPLD)
• Specialist Study Skills Support (Autism)
• Assistive Technology Training
The supplier of the NMH provision should be a registered Disabled Students Allowance (DSA) provider of the above NMH support areas. This is due to funding body guidelines and NMH qualification criteria. It also supports students who transition from University funded NMH support to DSA funded NMH support.
II.1.5) Estimated total value
Value excluding VAT:
360 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
80340000
80400000
80533000
80570000
II.2.3) Place of performance
NUTS code:
UKJ3
Main site or place of performance:
The University of Southampton has a range of campus sites, including Highfield, Avenue and Winchester School of Arts. The successful supplier is expected to be able to provide in person student support sessions in areas local to Southampton and Winchester campuses (e.g, within a 30-minute commute from Highfield Campus via public transport)
II.2.4) Description of the procurement
The University of Southampton will be conducting an Open Procedure tender with a presentation to procure Non-Medical Help Student Support Services. The tender will be conducted on the In-tend purchasing platform.
The NHM will focus on 5 primary areas of support:
• Mentoring support (Mental Health)
• Mentoring support(Autism)
• Specialist Study Skills Support (SPLD)
• Specialist Study Skills Support (Autism)
• Assistive Technology Training
The University proposes to enter into a Contract for 4 (four) years - this will be the maximum contract period, including any potential extensions with the successful tenderer.
This will comprise of an initial contract period of 3 (three) years with an option to extend by a further 1 (one) year subject to satisfactory performance and at the discretion of the University.
The estimated value of the initial 3-year contract term is in the region of £270,000 GBP (excluding VAT).
The estimated value of the 1-year extension period is £90,000 GBP (excluding VAT).
It is estimated, therefore, that the total value of this contract will be £360,000 GBP (excluding VAT).
II.2.5) Award criteria
Criteria below:
Quality criterion: Qualifications and Training
/ Weighting: 5
Quality criterion: Confidentiality
/ Weighting: 10
Quality criterion: Data Protection
/ Weighting: 5
Quality criterion: Financial Management
/ Weighting: 5
Quality criterion: Communications- Student
/ Weighting: 5
Quality criterion: Communications- University
/ Weighting: 10
Quality criterion: Student Support Delivery- Employee's
/ Weighting: 10
Quality criterion: Student Support Delivery- Student
/ Weighting: 10
Quality criterion: Systems
/ Weighting: 5
Quality criterion: Demonstration Response
/ Weighting: 10
Price
/ Weighting:
25
II.2.6) Estimated value
Value excluding VAT:
360 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
This will be re-procured in 2028
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
II.2.14) Additional information
This contract is NOT suitable for splitting into lots. The service is student facing and we require one point of contact and a consistency of service provision.
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:
The supplier of the NMH provision should be a registered Disabled Students Allowance (DSA) provider of the above NMH support areas. This is due to funding body guidelines and NMH qualification criteria. It also supports students who transition from University funded NMH support to DSA funded NMH support.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
To support the financial assessment, the University will obtain a Business Risk Report for all Potential Suppliers/Tenderers and every organisation that is being relied on to meet this procurement, using an independent company called Creditsafe.
The University reserves the right to exclude a Tenderer or request provision of further assurances such as parent company/bank guarantee or performance bonds where a Tenderer's Business Risk Score is: "Moderate Risk"; "High Risk"; "Very High Risk"; or "Not Rated", based on the rating provided by Creditsafe
Where a Business Risk Score from our external system is not available, then an alternative method of assessing financial standing will be used. This method is detailed within the Invitation to Tender document set.
Minimum level(s) of standards required:
Tenderers are advised that a requirement of this procurement is to have in place, or commit to obtain prior to the commencement of the contract, the following minimum insurance levels:
Employers (Compulsory) Liability: £5 million GBP per occurrence.
Public Liability: £5 million GBP per occurrence.
Professional Indemnity Insurance: £1 million GBP per occurrence.
Cyber Liability - £1 million (or equivalent if an alternative method is used to insure potential data breach risks)
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Tenderers attention is drawn to the MANDATORY requirements of the award criteria:
- Grounds for mandatory exclusion
- Grounds for discretionary exclusion
- Economic & Financial Standing
- Insurance
- Compliance with equality legislation
- Health & Safety
- Legal requirements - Specification section 20
- Management Information - Specification section 23
- Advertising, competitive activity & registration - Specification Section 24, 25 & 26 Control of Contractors Health & Safety (CC3) Form
- DSA Registration
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
27/06/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
27/06/2024
Local time: 12:01
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
This is likely to be re-procured in 2028
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
E-Tendering Portal: The University is utilising an electronic tendering tool, In-Tend (https://intendhost.co.uk/ universityofsouthampton) to manage this procurement and to communicate with potential suppliers and/or tenderers (as appropriate).
All documentation in relation to this tender can be downloaded from In-Tend.
Potential suppliers/tenderers are advised that there will be no hard copy documents issued and all communications with the University, including the submission of Selection Stage and/or Invitation to Tender responses will be conducted via In-Tend.
Regular monitoring of the portal is the responsibility of the potential supplier/tenderer.
If you are not already registered as a supplier with the University of Southampton, you will need to register in In-Tend in order to access the procurement documentation.
Once you have logged in as a supplier: click on 'Tenders'; locate the relevant project; and click 'View Details'. Once you are in the project screen, you will be able to register your organisation against the project and access all documentation by clicking 'Express Interest'.
Potential suppliers/tenderers are advised that formal expressions of interest in the project must be by way of completion and return of the relevant documents via In-Tend.
Further instructions for the submission of responses are below:
To submit your return:
1. Log in
2. Click 'Tenders'
3. Locate the relevant project
4. View details
5. Click on the tab relating to the relevant project stage (e.g. 'Invitation to Tender')
6. Click on the 'Attach Documents' button and upload your return.
7. Check ALL your response documents are uploaded and displayed in the 'My Tender Return' panel. The system will only permit your organisation to make one return.
8. Click the red 'Submit Return' button.
Please note, to preserve the integrity of the procurement, all communications with the University must be made via the correspondence function within In-Tend.
Publication of Award Details: In accordance with Regulation 50, paragraph (2) of the Public Contracts Regulations 2015 and subject to Article 5 and Annex 5, Part D (13) of Directive 2014/24/EU of the European Parliament and of the Council (if applicable), the University intends to publish the value of any resulting contract at the award stage, and reserves the right to do so. By submitting a response, potential suppliers/tenderers are consenting to publication of this information unless otherwise agreed in advance with the University.
Costs and Expenses: Potential suppliers/tenderers are solely responsible for their costs and expenses incurred in connection with the preparation and submission of responses and participation in this and all future stages of this procurement. Under no circumstances will the University be liable for any costs or expenses borne by potential suppliers/tenderers or any of their supply chain, partners or advisers in this procurement process.
The University is not liable for any costs in the event of the cancellation of this procurement process.
VI.4) Procedures for review
VI.4.1) Review body
University of Southampton
University Road
Southampton
SO17 1BJ
UK
VI.5) Date of dispatch of this notice
13/05/2024