Award

Supply, Delivery, Installation, Maintenance and Associated Training of Robotic Arms and Controllers

DUNDEE AND ANGUS COLLEGE

This public procurement record has 2 releases in its history.

Award

07 Feb 2023 at 10:40

Tender

04 Oct 2022 at 07:44

Summary of the contracting process

Dundee and Angus College has recently completed the tender process for the procurement of robotic arms and controllers for the establishment of a Skills Academy within the Michelin-Scotland Innovation Parc. This tender, titled "Supply, Delivery, Installation, Maintenance and Associated Training of Robotic Arms and Controllers", falls under the CPV code for miscellaneous special-purpose machinery. The procurement method was an open procedure, and the award has been granted to SP Technology Ltd. The procurement stage was at the award phase as of 7th February 2023. The delivery location for the contract is at Michelin-Scotland Innovation Parc in Dundee, DD4 8UQ.

Businesses specializing in supplying, delivering, installing, maintaining, and providing operational training for robotic arms and controllers would find this tender opportunity suitable for business growth. As the contract involves the formation of a Skills Academy within the innovation parc, companies with expertise in robotics technology and training services are well-placed to compete. The tender process aimed to select suppliers based on various qualification criteria, including technical and quality aspects. Businesses with a track record in providing similar services, meeting insurance requirements, demonstrating technical abilities, and complying with health and safety standards are likely to be competitive in this procurement process.

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

Supply, Delivery, Installation, Maintenance and Associated Training of Robotic Arms and Controllers

Notice Description

The purpose of this procurement is to specify the requirements for the provision of Robotic Arms and Controllers supporting the establishment of a Skills Academy within the Michelin-Scotland Innovation Parc. The Skills Academy shall consist of classrooms, workshops, and large, versatile spaces for hosting learning and demonstrations of new and emerging technologies. Dundee and Angus College are seeking suppliers for Supply, Delivery, Installation, Maintenance, and Operational Training of the Robotics Equipment.

Lot Information

Lot 1

Tenderers will be selected on the basis of the Qualification Envelope responses and any supplementary information obtained as to its eligibility to tender: -Information concerning the tenderer -Information about the tenderer -Information about representatives of the tenderer -Information about the reliance on the capacities of the other entities -Information concerning subcontractors on whose capacity the tenderer utilise -Exclusion Grounds Tenderers (Economic Operators) may be excluded from this competition if they are in any of the situations referred within Part 3 of the Qualification Envelope. In accordance with Regulation 58 of the Public Contracts (Scotland) regulations 2015 and Regulation 8, 9 and 10 of the Procurement (Scotland) Regulations 2016. -Selection Criteria The Tenderer will be assessed on the responses within Part of the Qualification Envelope and any supplementary information obtained on whether it has met the satisfactory minimum standards of: (the following selection criteria will be assessed on a pass or fail basis). This information will be used to assess the Tenderers economic and financial standing and solvency. Assessment of Company Accounts - Tenderers will be required to demonstrate and evidence suitable economic standing. Successful Contractors will be required to provide two years audited accounts, or equivalent if awarded the contract. Insurance Requirements It is a requirement that all Tenderers must have or commit to have the required insurance levels at commencement of the Framework Agreement as indicated in PCS-Tender. A copy of the Insurance Certificate or Brokers Letter to be provided at the award stage to demonstrate that the Insurance Requirements can be met. It is the requirement of this contract that tenderers hold, or can commit to obtain prior to the commencement of the contract Employer's (Compulsory) Liability Insurance = 10 million GBP, Public Liability Insurance = 5 million GBP Technical or Professional Ability Please provide three relevant examples of services carried out during the last three years. The information you provide should cover the following areas - - a description of the goods and services delivered (relevant to the subject matter of the tender) - contract value and dates. - previous or current customer details Technicians and Technical Bodies - Tenderers are required to provide details of technicians and technical bodies. Sub Contacting - Tenderers are required to provide details of the proportion (i.e., percentage) of contract that is intended for subcontracts. Quality Control - Tenderers will be required to confirm that they have the required quality control institute certificates (or from agencies of recognised competence) confirming that products meet the following technical specifications or standards. If this cannot be provided, Tenderers will be required to explain why, and to confirm details of other means of proof that can be provided (issuing authority, address, reference of documentation). Environmental Management and Health & Safety Standards - Tenderers must be able to demonstrate that it has a robust approach to Environmental Management and Health & Safety Standards. -Environmental Management Systems or Standard Tenderers 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. -Health and Safety Procedures Tenderers must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS EN ISO 45001 (or equivalent).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03729c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/003669-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

42 - Industrial machinery


CPV Codes

42990000 - Miscellaneous special-purpose machinery

Notice Value(s)

Tender Value
£4,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 Feb 20233 years ago
Submission Deadline
2 Nov 2022Expired
Future Notice Date
Not specified
Award Date
6 Dec 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
DUNDEE AND ANGUS COLLEGE
Contact Name
Amanda Walsh
Contact Email
procurement@dundeeandangus.ac.uk
Contact Phone
+44 1382834834

Buyer Location

Locality
DUNDEE
Postcode
DD3 8LE
Post Town
Dundee
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM0 Eastern Scotland
Small Region (ITL 3)
TLM03 Angus and Dundee City
Delivery Location
TLM71 Angus and Dundee City

Local Authority
Dundee City
Electoral Ward
Strathmartine
Westminster Constituency
Dundee Central

Supplier Information

Number of Suppliers
1
Supplier Name

SP TECHNOLOGY

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-03729c-2023-02-07T10:40:44Z",
    "date": "2023-02-07T10:40:44Z",
    "ocid": "ocds-h6vhtk-03729c",
    "description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22484. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 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: The Contractor will work with the College to deliver Community Benefits or social value where they are identifiable throughout the term of the Contract. Examples of Community Benefits or social value are: improving education and skills; delivery of training and development; work experience/local apprenticeship programmes, enhancing and improving local community projects (sponsorship and investment); and improving local employability. Dundee and Angus College are committed to addressing community benefits as part of any procurement exercise. The Contractor is required to provide detail on the history of benefits provided in the past; continuity to promote ongoing delivery; future planning and commitment to providing further benefits in local areas of Dundee must be included. (SC Ref:721771)",
    "initiationType": "tender",
    "tender": {
        "id": "2022/DAC/MSIP-ITT1",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Supply, Delivery, Installation, Maintenance and Associated Training of Robotic Arms and Controllers",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "42990000",
            "description": "Miscellaneous special-purpose machinery"
        },
        "mainProcurementCategory": "goods",
        "description": "The purpose of this procurement is to specify the requirements for the provision of Robotic Arms and Controllers supporting the establishment of a Skills Academy within the Michelin-Scotland Innovation Parc. The Skills Academy shall consist of classrooms, workshops, and large, versatile spaces for hosting learning and demonstrations of new and emerging technologies. Dundee and Angus College are seeking suppliers for Supply, Delivery, Installation, Maintenance, and Operational Training of the Robotics Equipment.",
        "value": {
            "amount": 4000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Tenderers will be selected on the basis of the Qualification Envelope responses and any supplementary information obtained as to its eligibility to tender: -Information concerning the tenderer -Information about the tenderer -Information about representatives of the tenderer -Information about the reliance on the capacities of the other entities -Information concerning subcontractors on whose capacity the tenderer utilise -Exclusion Grounds Tenderers (Economic Operators) may be excluded from this competition if they are in any of the situations referred within Part 3 of the Qualification Envelope. In accordance with Regulation 58 of the Public Contracts (Scotland) regulations 2015 and Regulation 8, 9 and 10 of the Procurement (Scotland) Regulations 2016. -Selection Criteria The Tenderer will be assessed on the responses within Part of the Qualification Envelope and any supplementary information obtained on whether it has met the satisfactory minimum standards of: (the following selection criteria will be assessed on a pass or fail basis). This information will be used to assess the Tenderers economic and financial standing and solvency. Assessment of Company Accounts - Tenderers will be required to demonstrate and evidence suitable economic standing. Successful Contractors will be required to provide two years audited accounts, or equivalent if awarded the contract. Insurance Requirements It is a requirement that all Tenderers must have or commit to have the required insurance levels at commencement of the Framework Agreement as indicated in PCS-Tender. A copy of the Insurance Certificate or Brokers Letter to be provided at the award stage to demonstrate that the Insurance Requirements can be met. It is the requirement of this contract that tenderers hold, or can commit to obtain prior to the commencement of the contract Employer's (Compulsory) Liability Insurance = 10 million GBP, Public Liability Insurance = 5 million GBP Technical or Professional Ability Please provide three relevant examples of services carried out during the last three years. The information you provide should cover the following areas - - a description of the goods and services delivered (relevant to the subject matter of the tender) - contract value and dates. - previous or current customer details Technicians and Technical Bodies - Tenderers are required to provide details of technicians and technical bodies. Sub Contacting - Tenderers are required to provide details of the proportion (i.e., percentage) of contract that is intended for subcontracts. Quality Control - Tenderers will be required to confirm that they have the required quality control institute certificates (or from agencies of recognised competence) confirming that products meet the following technical specifications or standards. If this cannot be provided, Tenderers will be required to explain why, and to confirm details of other means of proof that can be provided (issuing authority, address, reference of documentation). Environmental Management and Health & Safety Standards - Tenderers must be able to demonstrate that it has a robust approach to Environmental Management and Health & Safety Standards. -Environmental Management Systems or Standard Tenderers 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. -Health and Safety Procedures Tenderers must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS EN ISO 45001 (or equivalent).",
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical Requirements",
                            "type": "quality",
                            "description": "50%"
                        },
                        {
                            "name": "General Requirements",
                            "type": "quality",
                            "description": "40%"
                        },
                        {
                            "name": "Contract Administration",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "42990000",
                        "description": "Miscellaneous special-purpose machinery"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM71"
                    },
                    {
                        "region": "UKM71"
                    }
                ],
                "deliveryLocation": {
                    "description": "Michelin-Scotland Innovation Parc Baldovie Road Dundee DD4 8UQ"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "Contract performance conditions are outlined within the Specification of Requirements - 5.10. Key Performance Indicators.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1,
                "periodRationale": "Due to the timescale for implementation and the lifespan of engineering equipment, 4 years would be short a timescale to renew."
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-11-02T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2023-03-02T23:59:59Z"
            }
        },
        "awardPeriod": {
            "startDate": "2022-11-02T12:00:00Z"
        },
        "bidOpening": {
            "date": "2022-11-02T12:00:00Z",
            "address": {
                "streetAddress": "Dundee and Angus College, Kingsway Campus, Old Glamis Road, Dundee, DD3 8LE."
            },
            "description": "The Procurement Manager of Dundee and Angus College will be responsible for the Opening of the Tenders. PCS-Tender will be utalised for administering the whole tender process, including the reciept of the sealed tenders."
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-5127",
            "name": "Dundee and Angus College",
            "identifier": {
                "legalName": "Dundee and Angus College"
            },
            "address": {
                "streetAddress": "Kingsway Campus, Old Glamis Road",
                "locality": "Dundee",
                "region": "UKM71",
                "postalCode": "DD3 8LE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Amanda Walsh",
                "telephone": "+44 1382834834",
                "email": "procurement@dundeeandangus.ac.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.dundeeandangus.ac.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00221",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "09",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1026",
            "name": "Dundee Sheriff Court",
            "identifier": {
                "legalName": "Dundee Sheriff Court"
            },
            "address": {
                "streetAddress": "6 West Bell Street",
                "locality": "Dundee",
                "postalCode": "DD1 9AD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1382229961",
                "email": "dundee@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-74683",
            "name": "SP Technology Ltd.",
            "identifier": {
                "legalName": "SP Technology Ltd."
            },
            "address": {
                "streetAddress": "3 George Buckman Drive Camperdown Industrial Park, Dundee DD2 3SP",
                "locality": "dundee",
                "region": "UK",
                "postalCode": "DD23SP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7590229730"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-5127",
        "name": "Dundee and Angus College"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000708751"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "003669-2023-2022/DAC/MSIP-ITT1-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-74683",
                    "name": "SP Technology Ltd."
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "003669-2023-2022/DAC/MSIP-ITT1-1",
            "awardID": "003669-2023-2022/DAC/MSIP-ITT1-1",
            "status": "active",
            "dateSigned": "2022-12-06T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "5",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "6",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "7",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "8",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "9",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "3",
                "measure": "lowestValidBidValue",
                "relatedLot": "1",
                "value": 107375.16,
                "currency": "GBP"
            },
            {
                "id": "4",
                "measure": "highestValidBidValue",
                "relatedLot": "1",
                "value": 121560,
                "currency": "GBP"
            },
            {
                "id": "1",
                "measure": "lowestValidBidValue",
                "value": 107375.16,
                "currency": "GBP"
            },
            {
                "id": "2",
                "measure": "highestValidBidValue",
                "value": 121560,
                "currency": "GBP"
            }
        ]
    }
}