Award

Supply, Delivery, Installation, Inspection, Testing and Maintenance of Advanced Manufacturing Equipment

DUNDEE AND ANGUS COLLEGE

This public procurement record has 2 releases in its history.

Award

08 Nov 2022 at 00:00

Tender

15 Jul 2022 at 00:00

Summary of the contracting process

The Dundee and Angus College has recently completed the procurement process for the "Supply, Delivery, Installation, Inspection, Testing, and Maintenance of Advanced Manufacturing Equipment" where the main focus is on establishing a purpose-built facility for an Engineering and Advanced Manufacturing Centre of Excellence. The project involves seeking suppliers to equip the facility with industry-standard equipment to replicate a modern-day engineering work environment. The procurement method used was an open procedure, and the buying organisation is based in Dundee, UK.

This tender presents business growth opportunities for suppliers in the goods category, especially those in the education sector or providing advanced manufacturing equipment. Companies with expertise in supplying, delivering, and maintaining technologically advanced machinery could excel in competing for this contract. The procurement stage has been completed, and the key dates indicate that the contract was signed on 17th October 2022, with a total contract value of £6,000,000 GBP. The submission period for the tender ended on 16th August 2022.

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, Inspection, Testing and Maintenance of Advanced Manufacturing Equipment

Notice Description

The main aspiration of the project is to establish a purpose-built facility for an Engineering and Advanced Manufacturing Centre of Excellence. The facility is to be equipped with modern, innovative, refreshed industry standard equipment. It is envisaged the facility will replicate a modern-day engineering work environment enabling trainees to link their education and/or training to a realistic project-based industry environment. Dundee and Angus College are seeking suppliers for the Supply, Delivery, Installation, Inspection, Testing and Maintenance of Advanced Manufacturing Equipment.

Lot Information

CNC Machinery

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).

3D Printers

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)

3D Scanner

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-r6ebe6-0000700575
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV463658
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award 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
£6,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£5,000,000 £1M-£10M

Notice Dates

Publication Date
8 Nov 20223 years ago
Submission Deadline
16 Aug 2022Expired
Future Notice Date
Not specified
Award Date
17 Oct 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
DUNDEE AND ANGUS COLLEGE
Contact Name
Not specified
Contact Email
a.walsh@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
2
Supplier Names

EMCO EDUCATION

LASER LINES

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL454105
    Supply, Delivery, Installation, Inspection, Testing and Maintenance of Advanced Manufacturing Equipment - The main aspiration of the project is to establish a purpose-built facility for an Engineering and Advanced Manufacturing Centre of Excellence. The facility is to be equipped with modern, innovative, refreshed industry standard equipment. It is envisaged the facility will replicate a modern-day engineering work environment enabling trainees to link their education and/or training to a realistic project-based industry environment. Dundee and Angus College are seeking suppliers for the Supply, Delivery, Installation, Inspection, Testing and Maintenance of Advanced Manufacturing Equipment.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV463658
    Supply, Delivery, Installation, Inspection, Testing and Maintenance of Advanced Manufacturing Equipment - The main aspiration of the project is to establish a purpose-built facility for an Engineering and Advanced Manufacturing Centre of Excellence. The facility is to be equipped with modern, innovative, refreshed industry standard equipment. It is envisaged the facility will replicate a modern-day engineering work environment enabling trainees to link their education and/or training to a realistic project-based industry environment. Dundee and Angus College are seeking suppliers for the Supply, Delivery, Installation, Inspection, Testing and Maintenance of Advanced Manufacturing Equipment.

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-r6ebe6-0000700575-2022-11-08T00:00:00Z",
    "date": "2022-11-08T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000700575",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-67",
            "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"
            },
            "contactPoint": {
                "email": "a.walsh@dundeeandangus.ac.uk",
                "telephone": "+44 1382834834",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.dundeeandangus.ac.uk"
            }
        },
        {
            "id": "org-9",
            "name": "Dundee Sheriff Court",
            "identifier": {
                "legalName": "Dundee Sheriff Court"
            },
            "address": {
                "streetAddress": "6 West Bell Street",
                "locality": "Dundee",
                "postalCode": "DD1 9AD"
            },
            "contactPoint": {
                "email": "dundee@scotcourts.gov.uk",
                "telephone": "+44 1382229961",
                "url": "http://www.scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-323",
            "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"
            },
            "contactPoint": {
                "email": "a.walsh@dundeeandangus.ac.uk",
                "telephone": "+44 1382834834",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.dundeeandangus.ac.uk"
            }
        },
        {
            "id": "org-324",
            "name": "Emco Education Ltd",
            "identifier": {
                "legalName": "Emco Education Ltd"
            },
            "address": {
                "streetAddress": "Unit 4 Hayling Billy Business Centre, Furniss Way",
                "locality": "Hayling Island",
                "region": "UK",
                "postalCode": "PO11 0ED"
            },
            "contactPoint": {
                "telephone": "+44 2392637100",
                "faxNumber": "+44 2392637660"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-325",
            "name": "Laser Lines Ltd",
            "identifier": {
                "legalName": "Laser Lines Ltd"
            },
            "address": {
                "streetAddress": "Beaumont Close",
                "locality": "Banbury",
                "region": "UK",
                "postalCode": "OX16 1TH"
            },
            "contactPoint": {
                "telephone": "+44 1295672500",
                "faxNumber": "+44 1295672550"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-326",
            "name": "Dundee Sheriff Court",
            "identifier": {
                "legalName": "Dundee Sheriff Court"
            },
            "address": {
                "streetAddress": "6 West Bell Street",
                "locality": "Dundee",
                "postalCode": "DD1 9AD"
            },
            "contactPoint": {
                "email": "dundee@scotcourts.gov.uk",
                "telephone": "+44 1382229961",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Dundee and Angus College",
        "id": "org-323"
    },
    "tender": {
        "id": "2022/DAC/TCEP-ITT1",
        "title": "Supply, Delivery, Installation, Inspection, Testing and Maintenance of Advanced Manufacturing Equipment",
        "description": "The main aspiration of the project is to establish a purpose-built facility for an Engineering and Advanced Manufacturing Centre of Excellence. The facility is to be equipped with modern, innovative, refreshed industry standard equipment. It is envisaged the facility will replicate a modern-day engineering work environment enabling trainees to link their education and/or training to a realistic project-based industry environment. Dundee and Angus College are seeking suppliers for the Supply, Delivery, Installation, Inspection, Testing and Maintenance of Advanced Manufacturing Equipment.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "42990000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Advanced Manufacturing Centre of Excellence, Arbroath Campus, Keptie Road, Arbroath, Angus - DD11 3AE."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM71"
                    },
                    {
                        "region": "UKM71"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "42990000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Advanced Manufacturing Centre of Excellence Arbroath Campus Keptie Road Angus DD11 3AE"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM71"
                    },
                    {
                        "region": "UKM71"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "id": "42990000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Advanced Manufacturing Centre of Excellence Arbroath Campus Keptie Road Arbroath Angus DD11 3AE"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM71"
                    },
                    {
                        "region": "UKM71"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "value": {
            "amount": 6000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "tenderPeriod": {
            "endDate": "2022-08-16T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2022-08-16T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUL454105",
                "documentType": "contractNotice",
                "title": "Supply, Delivery, Installation, Inspection, Testing and Maintenance of Advanced Manufacturing Equipment",
                "description": "The main aspiration of the project is to establish a purpose-built facility for an Engineering and Advanced Manufacturing Centre of Excellence. The facility is to be equipped with modern, innovative, refreshed industry standard equipment. It is envisaged the facility will replicate a modern-day engineering work environment enabling trainees to link their education and/or training to a realistic project-based industry environment. Dundee and Angus College are seeking suppliers for the Supply, Delivery, Installation, Inspection, Testing and Maintenance of Advanced Manufacturing Equipment.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL454105",
                "format": "text/html"
            },
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            },
            {
                "id": "NOV463658",
                "documentType": "awardNotice",
                "title": "Supply, Delivery, Installation, Inspection, Testing and Maintenance of Advanced Manufacturing Equipment",
                "description": "The main aspiration of the project is to establish a purpose-built facility for an Engineering and Advanced Manufacturing Centre of Excellence. The facility is to be equipped with modern, innovative, refreshed industry standard equipment. It is envisaged the facility will replicate a modern-day engineering work environment enabling trainees to link their education and/or training to a realistic project-based industry environment. Dundee and Angus College are seeking suppliers for the Supply, Delivery, Installation, Inspection, Testing and Maintenance of Advanced Manufacturing Equipment.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV463658",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "CNC Machinery",
                "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).",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical Requirements",
                            "description": "50%"
                        },
                        {
                            "type": "price",
                            "description": "40%"
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "3D Printers",
                "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)",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical Requirements",
                            "description": "50%"
                        },
                        {
                            "type": "price",
                            "description": "40%"
                        }
                    ]
                }
            },
            {
                "id": "3",
                "title": "3D Scanner",
                "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)",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical Requirements",
                            "description": "50%"
                        },
                        {
                            "type": "price",
                            "description": "40%"
                        }
                    ]
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "bidOpening": {
            "date": "2022-08-16T12:00:00Z",
            "address": {
                "streetAddress": "Kingsway Campus, Old Glamis Road, Dundee, DD3 8LE"
            },
            "description": "The Procurement Manager of Dundee and Angus College will be responsible for Opening the Tenders. PCS-Tender will be utilised for administering the whole tender process, including the receipt of the sealed tenders."
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Contract performance conditions are outline within the Specification of Requirements - 4.8. Key Performance Indicators."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2022-12-14T00:00:00Z"
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 3,
                "periodRationale": "Due to timescale for implementation and lifespan of engineering equipment 4 years would be short a timescale to renew"
            }
        },
        "classification": {
            "id": "42990000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2022/S 022-191488"
        }
    ],
    "description": "The officer responsible for the administration of this Framework for the College is detailed below: Amanda Walsh Procurement Manager Dundee and Angus College Kingsway Campus, Old Glamis Road, Dundee DD3 8LE a.walsh@dundeeandangus.ac.uk (SC Ref:712712)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000700575"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000700575"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "2022/DAC/TCEP-ITT1-1",
            "title": "CNC Machinery",
            "suppliers": [
                {
                    "id": "org-324",
                    "name": "Emco Education Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        },
        {
            "id": "2022/DAC/TCEP-ITT1-2",
            "title": "3D Printers",
            "suppliers": [
                {
                    "id": "org-325",
                    "name": "Laser Lines Ltd"
                }
            ],
            "relatedLots": [
                "2"
            ]
        },
        {
            "id": "2022/DAC/TCEP-ITT1-3",
            "title": "3D Scanner",
            "suppliers": [
                {
                    "id": "org-325",
                    "name": "Laser Lines Ltd"
                }
            ],
            "relatedLots": [
                "3"
            ]
        }
    ],
    "contracts": [
        {
            "id": "2022/DAC/TCEP-ITT1-1",
            "awardID": "2022/DAC/TCEP-ITT1-1",
            "title": "CNC Machinery",
            "status": "active",
            "value": {
                "amount": 4000000,
                "currency": "GBP"
            },
            "dateSigned": "2022-10-17T00:00:00Z"
        },
        {
            "id": "2022/DAC/TCEP-ITT1-2",
            "awardID": "2022/DAC/TCEP-ITT1-2",
            "title": "3D Printers",
            "status": "active",
            "value": {
                "amount": 1000000,
                "currency": "GBP"
            },
            "dateSigned": "2022-10-17T00:00:00Z"
        },
        {
            "id": "2022/DAC/TCEP-ITT1-3",
            "awardID": "2022/DAC/TCEP-ITT1-3",
            "title": "3D Scanner",
            "status": "active",
            "value": {
                "amount": 1000000,
                "currency": "GBP"
            },
            "dateSigned": "2022-10-17T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1033",
                "measure": "bids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "1034",
                "measure": "smeBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "1035",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "1036",
                "measure": "foreignBidsFromNonEU",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "1037",
                "measure": "electronicBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "1038",
                "measure": "bids",
                "value": 3,
                "relatedLot": "2"
            },
            {
                "id": "1039",
                "measure": "smeBids",
                "value": 3,
                "relatedLot": "2"
            },
            {
                "id": "1040",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "2"
            },
            {
                "id": "1041",
                "measure": "foreignBidsFromNonEU",
                "value": 3,
                "relatedLot": "2"
            },
            {
                "id": "1042",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "2"
            },
            {
                "id": "1043",
                "measure": "bids",
                "value": 3,
                "relatedLot": "3"
            },
            {
                "id": "1044",
                "measure": "smeBids",
                "value": 3,
                "relatedLot": "3"
            },
            {
                "id": "1045",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "3"
            },
            {
                "id": "1046",
                "measure": "foreignBidsFromNonEU",
                "value": 3,
                "relatedLot": "3"
            },
            {
                "id": "1047",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "3"
            }
        ]
    }
}