
Market Leads & Opportunities
UK-Darlington: Computer equipment and supplies.
Type of document: Contract Notice
Country: United Kingdom
UK-Darlington: Computer equipment and supplies.
Section I: Contracting Authority
I.1) Name and addresses
Student Loans Company
Memphis Building, Lingfield Point, McMullen Road, Darlington, DL1 1RW, United Kingdom
Tel. +44 1413062000, Email: rhod_stone@slc.co.uk
Contact: Rhod Stone
Main Address:
NUTS Code: UKC13
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at:
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Disabled Students’ Allowance (DSA) Supplies and Services
Reference Number: 2021-TR-0056
II.1.2) Main CPV Code:
30200000 – Computer equipment and supplies.
II.1.3) Type of contract: SUPPLIES
II.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.
II.1.5) Estimated total value:
Value excluding VAT: 400,000,000
Currency: GBP
II.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
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.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
II.2.2) Additional CPV codes:
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.
CA69-7 – Ergonomic
48000000 – Software package and information systems.
30213000 – Personal computers.
80510000 – Specialist training services.
RC05-3 – In information technology
80533000 – Computer-user familiarisation and training services.
85140000 – Miscellaneous health services.
II.2.3) Place of performance:
UKM SCOTLAND
UKE YORKSHIRE AND THE HUMBER
UKD NORTH WEST (ENGLAND)
UKC NORTH EAST (ENGLAND)
II.2.4) Description of 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.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 100,000,000
Currency: GBP
II.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.
II.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.
II.2.10) Information about variants:
Variants will be accepted: No
II.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
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.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.
II.2) Description Lot No. 2
II.2.1) Title: Disabled Students’ Allowance (DSA) Supplies and Services – Geographic Lots
Lot No: Lot 2 – West Midlands, East Midlands, Wales, Northern Ireland
II.2.2) Additional CPV codes:
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.
CA69-7 – Ergonomic
48000000 – Software package and information systems.
30213000 – Personal computers.
80510000 – Specialist training services.
RC05-3 – In information technology
80533000 – Computer-user familiarisation and training services.
85140000 – Miscellaneous health services.
II.2.3) Place of performance:
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKL WALES
UKN NORTHERN IRELAND
II.2.4) Description of 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.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 100,000,000
Currency: GBP
II.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.
II.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.
II.2.10) Information about variants:
Variants will be accepted: No
II.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
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.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.
II.2) Description Lot No. 3
II.2.1) Title: Disabled Students’ Allowance (DSA) Supplies and Services – Geographic Lots
Lot No: Lot 3 – East England, London
II.2.2) Additional CPV codes:
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.
CA69-7 – Ergonomic
48000000 – Software package and information systems.
30213000 – Personal computers.
80510000 – Specialist training services.
RC05-3 – In information technology
80533000 – Computer-user familiarisation and training services.
85140000 – Miscellaneous health services.
II.2.3) Place of performance:
UKH EAST OF ENGLAND
UKI LONDON
II.2.4) Description of 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.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 100,000,000
Currency: GBP
II.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.
II.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.
II.2.10) Information about variants:
Variants will be accepted: No
II.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
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.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.
II.2) Description Lot No. 4
II.2.1) Title: Disabled Students’ Allowance (DSA) Supplies and Services – Geographic Lots
Lot No: Lot 4 – South West England, South East England
II.2.2) Additional CPV codes:
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.
CA69-7 – Ergonomic
48000000 – Software package and information systems.
30213000 – Personal computers.
80510000 – Specialist training services.
RC05-3 – In information technology
80533000 – Computer-user familiarisation and training services.
85140000 – Miscellaneous health services.
II.2.3) Place of performance:
UKJ SOUTH EAST (ENGLAND)
UKK SOUTH WEST (ENGLAND)
II.2.4) Description of 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.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 100,000,000
Currency: GBP
II.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.
II.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.
II.2.10) Information about variants:
Variants will be accepted: No
II.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.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.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 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:
No applicable
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.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.
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: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.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
Envisaged maximum number of participants to the framework agreement: 4
The procurement involves the setting up of a dynamic purchasing system – NO
In the case of framework agreements 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.
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2022/S 000 – 003278
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 20/05/2022 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 17/06/2022
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: June 2026
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
VI.4) Procedures for review
VI.4.1) Review body:
Student Loans Company
100 Bothwell Street, Glasgow, G2 7JD, United Kingdom
Tel. +44 1413062109
VI.4.2) Body responsible for mediation procedures:
Student Loans Company
100 Bothwell Street, Glasgow, G2 7JD, United Kingdom
Tel. +44 1413062109
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 07/04/2022
Annex A
More Opportunties
- YTHFM – Low bed Replacment
23 Jun 25
Further competition via Health Trust Europe Beds, Mattresses, Patient Moving Supplies and Services Framework SF053302 - Lot 1 - Medical Beds This is a ten year contract. Value is based on the initial requirement> > - Award of Provision of Student Placement Software (GCU)
23 Jun 25
Glasgow Caledonian University has identified a requirement for the renewal of student placement software. This software will assist in allocating, administering and managing School of Health and Life Sciences students in work placements.> > - Engage with Suppliers in the Materials Handling Market
23 Jun 25
The Awarding Authority is seeking to engage with suppliers in the materials handling market, as part of pre-tender engagement exercise to gain information to inform an upcoming procurement for the provision of Waste Handling Plant Equipment. The Council o> >