Notice Information
Notice Title
Supply of Virtual Reality (VR) / Augmented Reality (AR) Welding Simulators
Notice Description
The Supply of Virtual Reality (VR) / Augmented Reality (AR) Welding Simulators for Dundee and Angus College and Energy Skills Partnership (ESP) over the course of a 4-year period.
Lot Information
Lot 1
Tenders will be evaluated within the following process and contract award will be on the basis of the most economically advantageous tender, having regard to the price and quality of the Tender, as follows. Firstly, the Tenderer will be judged on the basis of the Single Procurement Document (SPD) response: Tenderers Details -Information concerning the tenderer -Information about the tenderer -Information about the reliance on the capacities of the other entities -Information concerning subcontractors on whose capacity the tenderer does not rely 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. Tenderers are required to provide details of yearly turnover for the last three financial years - 2021/22, 2020/2021 and 2019/20 The annual turnover must not be lower than 50% of the overall contract value. Insurance Requirements It is the requirement of this contract that tenderers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract 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. All Insurance requirements are minimum standards and are mandatory. A fail will result in elimination of the procurement exercise. 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 Tenderers will be required to provide examples that demonstrate that they have the relevant experience to deliver the services. Provide three relevant examples of services carried out during the last three years. The information provided 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 who they can call upon, especially those responsible for quality control. Sub Contacting Tenderers are required to provide details of the proportion (i.e., percentage) of the contract that is intended for subcontracts. 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).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03c21a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/020745-2023
- 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
42662000 - Welding equipment
Notice Value(s)
- Tender Value
- £1,000,000 £1M-£10M
- Lots Value
- £1,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Jul 20232 years ago
- Submission Deadline
- 19 May 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 16 Jul 20232 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DUNDEE AND ANGUS COLLEGE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-03c21a-2023-07-19T10:47:58+01:00",
"date": "2023-07-19T10:47:58+01:00",
"ocid": "ocds-h6vhtk-03c21a",
"description": "(SC Ref:739237)",
"initiationType": "tender",
"tender": {
"id": "2023/DAC/ENG-ITT2",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Supply of Virtual Reality (VR) / Augmented Reality (AR) Welding Simulators",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "42662000",
"description": "Welding equipment"
},
"mainProcurementCategory": "goods",
"description": "The Supply of Virtual Reality (VR) / Augmented Reality (AR) Welding Simulators for Dundee and Angus College and Energy Skills Partnership (ESP) over the course of a 4-year period.",
"value": {
"amount": 1000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Tenders will be evaluated within the following process and contract award will be on the basis of the most economically advantageous tender, having regard to the price and quality of the Tender, as follows. Firstly, the Tenderer will be judged on the basis of the Single Procurement Document (SPD) response: Tenderers Details -Information concerning the tenderer -Information about the tenderer -Information about the reliance on the capacities of the other entities -Information concerning subcontractors on whose capacity the tenderer does not rely 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. Tenderers are required to provide details of yearly turnover for the last three financial years - 2021/22, 2020/2021 and 2019/20 The annual turnover must not be lower than 50% of the overall contract value. Insurance Requirements It is the requirement of this contract that tenderers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract 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. All Insurance requirements are minimum standards and are mandatory. A fail will result in elimination of the procurement exercise. 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 Tenderers will be required to provide examples that demonstrate that they have the relevant experience to deliver the services. Provide three relevant examples of services carried out during the last three years. The information provided 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 who they can call upon, especially those responsible for quality control. Sub Contacting Tenderers are required to provide details of the proportion (i.e., percentage) of the contract that is intended for subcontracts. 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).",
"awardCriteria": {
"criteria": [
{
"name": "Technical Requirements",
"type": "quality",
"description": "80%"
},
{
"name": "General Requirements",
"type": "quality",
"description": "10%"
},
{
"name": "Framework Administration",
"type": "quality",
"description": "10%"
},
{
"type": "price",
"description": "40%"
}
]
},
"value": {
"amount": 1000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "42662000",
"description": "Welding equipment"
}
],
"deliveryAddresses": [
{
"region": "UKM71"
},
{
"region": "UKM71"
}
],
"deliveryLocation": {
"description": "Dundee and Angus College Kingsway Campus Old Glamis Road Dundee DD3 8LE"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk/",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "Contract performance conditions are outlined within the Specification of Requirements - 4.7. Key Performance Indicators.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1,
"periodRationale": "Not Applicable. Contract Term is 48 months - 4 Years"
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-05-19T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2023-08-17T23:59:59+01:00"
}
},
"awardPeriod": {
"startDate": "2023-05-19T12:00:00+01:00"
},
"bidOpening": {
"date": "2023-05-19T12:00:00+01:00",
"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 tender submissions."
},
"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": "a.walsh@dundeeandangus.ac.uk",
"url": "https://www.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-87591",
"name": "TechSoft UK Ltd",
"identifier": {
"legalName": "TechSoft UK Ltd"
},
"address": {
"streetAddress": "Falcon House, Royal Welch Avenue",
"locality": "Bodelwyddan",
"region": "UKL13",
"postalCode": "LL18 5TQ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1745535007",
"faxNumber": "+44 1745535008"
},
"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-r6ebe6-0000729808"
}
],
"language": "en",
"awards": [
{
"id": "020745-2023-2023/DAC/ENG-ITT2-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-87591",
"name": "TechSoft UK Ltd"
}
]
}
],
"contracts": [
{
"id": "020745-2023-2023/DAC/ENG-ITT2-1",
"awardID": "020745-2023-2023/DAC/ENG-ITT2-1",
"status": "active",
"dateSigned": "2023-07-17T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "5",
"measure": "bids",
"relatedLot": "1",
"value": 5
},
{
"id": "6",
"measure": "smeBids",
"relatedLot": "1",
"value": 5
},
{
"id": "7",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 5
},
{
"id": "9",
"measure": "electronicBids",
"relatedLot": "1",
"value": 5
},
{
"id": "3",
"measure": "lowestValidBidValue",
"relatedLot": "1",
"value": 41000,
"currency": "GBP"
},
{
"id": "4",
"measure": "highestValidBidValue",
"relatedLot": "1",
"value": 66800,
"currency": "GBP"
},
{
"id": "1",
"measure": "lowestValidBidValue",
"value": 41000,
"currency": "GBP"
},
{
"id": "2",
"measure": "highestValidBidValue",
"value": 66800,
"currency": "GBP"
}
]
}
}