Tender

EC1024 - Assistive Technology

UNIVERSITY OF EDINBURGH

This public procurement record has 1 release in its history.

Tender

05 Sep 2024 at 15:02

Summary of the contracting process

The University of Edinburgh is inviting bids for the provision of Assistive Technology under an open procedure. This tender, referred to as "EC1024 - Assistive Technology," falls under the Information Technology Services category (CPV code 72222300) and targets organisations capable of providing both hardware and software to enhance the learning experience for students with disabilities. The tender stage is currently active, with the submission period ending on 7th October 2024. The contract, valued at £350,000, includes a 3-year term with optional 12-month extensions, totalling a possible 6-year duration. The buyer emphasises community benefits and outlines specific selection criteria, including quality management and environmental management certifications, as well as economic and technical standards.

This tender presents a significant opportunity for businesses specialising in assistive technology to expand their market presence and showcase their expertise in a university setting. Companies that excel in delivering high-quality, customised technological solutions for special needs education and training can greatly benefit from this contract. The requirement for provisioning and configuring specialised equipment, combined with the provision of essential training, makes this tender a perfect fit for businesses that offer integrated technological solutions and robust customer support. Smaller firms or those new to this sector could also find this an ideal opportunity to enter the market, given the emphasis on community benefits and overall quality.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

EC1024 - Assistive Technology

Notice Description

Invitation to Tender for The Provision of Assistive Technology for the University of Edinburgh.

Lot Information

Lot 1

The University is seeking to award a 3-year Contract (with optional 3 x 12-month extensions) for the provision of Assistive Technology equipment and associated training for University students with various disabilities. Disability and Learning Support Service (DLSS) enhances the student experience and improves the efficiency and effectiveness of academic administration by providing support to students, through facilitating the provision of Assistive Technology (AT) to the University's students with various disabilities. DLSS provides Assistive Technology support to the University's International Students. Additionally, DLSS provides a wide range of loan equipment to students, such as laptops, digital voice recorders and digital note-taking pens. In conjunction to the hardware provided, there are a number of software programmes designed to assist students in their Learning Experience including, but not limited to: -"Mind mapping software" to assist with essay planning and revision -"Text-to-speech software" to read text back from the computer screen -"Speech-to-text software" to convert speech into text The contract will include; the provision and installation of software and hardware, Assistive Technology training, the cleaning, imaging and the decommissioning of all equipment during and at the end of the loan period.

Renewal: 3 x 12 months optional extensions.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-049875
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/028476-2024
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72222300 - Information technology services

Notice Value(s)

Tender Value
£350,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 Sep 20241 years ago
Submission Deadline
7 Oct 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
UNIVERSITY OF EDINBURGH
Contact Name
Not specified
Contact Email
nshirran@ed.ac.uk
Contact Phone
+44 1316502759

Buyer Location

Locality
EDINBURGH
Postcode
EH1 1HT
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM13 City of Edinburgh
Delivery Location
TLM75 City of Edinburgh

Local Authority
City of Edinburgh
Electoral Ward
City Centre
Westminster Constituency
Edinburgh East and Musselburgh

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-049875-2024-09-05T16:02:12+01:00",
    "date": "2024-09-05T16:02:12+01:00",
    "ocid": "ocds-h6vhtk-049875",
    "description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27528. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Please describe in detail the Community Benefits your organization proposes to deliver through this contract. Ensure that these benefits are meaningful, achievable, and have a positive impact on the University's communities, including local residents, students, staff, and other stakeholders. Outline how these proposed Community Benefits will be implemented, monitored, and measured throughout the contract period. (SC Ref:777295)",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-049875",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "EC1024 - Assistive Technology",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72222300",
            "description": "Information technology services"
        },
        "mainProcurementCategory": "services",
        "description": "Invitation to Tender for The Provision of Assistive Technology for the University of Edinburgh.",
        "value": {
            "amount": 350000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The University is seeking to award a 3-year Contract (with optional 3 x 12-month extensions) for the provision of Assistive Technology equipment and associated training for University students with various disabilities. Disability and Learning Support Service (DLSS) enhances the student experience and improves the efficiency and effectiveness of academic administration by providing support to students, through facilitating the provision of Assistive Technology (AT) to the University's students with various disabilities. DLSS provides Assistive Technology support to the University's International Students. Additionally, DLSS provides a wide range of loan equipment to students, such as laptops, digital voice recorders and digital note-taking pens. In conjunction to the hardware provided, there are a number of software programmes designed to assist students in their Learning Experience including, but not limited to: -\"Mind mapping software\" to assist with essay planning and revision -\"Text-to-speech software\" to read text back from the computer screen -\"Speech-to-text software\" to convert speech into text The contract will include; the provision and installation of software and hardware, Assistive Technology training, the cleaning, imaging and the decommissioning of all equipment during and at the end of the loan period.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "The provision of Assistive Technology Service",
                            "type": "quality",
                            "description": "10.5"
                        },
                        {
                            "name": "Equipment Configuration & Training Delivery",
                            "type": "quality",
                            "description": "10.5"
                        },
                        {
                            "name": "Training Provision",
                            "type": "quality",
                            "description": "10.5"
                        },
                        {
                            "name": "Electronic Ordering",
                            "type": "quality",
                            "description": "7"
                        },
                        {
                            "name": "Sourcing",
                            "type": "quality",
                            "description": "7"
                        },
                        {
                            "name": "Product Stock Management Portal",
                            "type": "quality",
                            "description": "3.5"
                        },
                        {
                            "name": "Service Levels and Contract Management",
                            "type": "quality",
                            "description": "14"
                        },
                        {
                            "name": "Sustainability",
                            "type": "quality",
                            "description": "3.5"
                        },
                        {
                            "name": "Community Benefits",
                            "type": "quality",
                            "description": "3.5"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "3 x 12 months optional extensions."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). If the bidder does not hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), The bidder must have the following: Equivalent, documented policy and procedures regarding quality management, endorsed by the Chief Executive Officer, or equivalent. These must include the following documented items relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above -- a policy with set responsibilities, review and improvement procedures, quality management and performance process, workforce training, skills and information process, monitoring arrangements, bidder quality management arrangements, and a process for managing complaints.The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate If the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, then the bidder must have the following: Equivalent, regularly reviewed documented policy and procedures regarding environmental management, authorised by the Chief Executive, or equivalent. These must include the following documented processes and arrangements relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above - ensuring effectiveness of measures and reducing impacts, workforce training and skills, checking and reviewing, dealing with waste, and ensuring any suppliers the bidders engages apply appropriate environmental protection measures",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Bidders will be required to have a \"general\" yearly turnover threshold value of 1.5 times the estimated value of the proposed contract , 340,000 GBP, for the last three years prior to the date of proposed contract award. Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations. Bidders must be able to provide upon request, their 3 most recent sets of annual audited accounts, including profit and loss information, and the following ratios: -Current Ratio -Quick Ratio -Debtors Turnover Ratio -Return on Assets -Working Capital -Debt to Equity Ratio -Gross Profit Ratio A review of your ratios and audited accounts may be undertaken. In some cases this review may lead to an additional request for further financial information to help clarify any potential issues raised. This information may be used to assess financial sustainability.",
                    "minimum": "Bidders will be required to have a \"general\" yearly turnover threshold value of 1.5 times the estimated value of the proposed contract , 340,000 GBP, for the last three years prior to the date of proposed contract award. The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below: Employer's (Compulsory) Liability: 5 million GBP Public Liability: 5 million GBP Product Liability: 1 million GBP",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Please provide relevant examples of supplies and services carried out during the last three years. (Examples from both public and/or private sector customers and clients may be provided): Bidders will be required to provide two example projects, within the last three years, which demonstrate that they have the relevant experience to deliver the services/supplies fully detailed in this ITT. These projects should be of similar scale and complexity to this contract.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-10-07T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2024-10-07T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2024-10-07T12:00:00+01:00"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-2023",
            "name": "University Of Edinburgh",
            "identifier": {
                "legalName": "University Of Edinburgh"
            },
            "address": {
                "streetAddress": "Charles Stewart House, 9-16 Chambers Street",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH1 1HT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1316502759",
                "email": "nshirran@ed.ac.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.ed.ac.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "09",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-123661",
            "name": "University of Edinburgh",
            "identifier": {
                "legalName": "University of Edinburgh"
            },
            "address": {
                "streetAddress": "9-16 Chambers St",
                "locality": "Edinburgh",
                "postalCode": "EH1 1HT",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-2023",
        "name": "University Of Edinburgh"
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:548075-2018:TEXT:EN:HTML"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000777295"
        }
    ],
    "language": "en"
}