Tender

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

  • Dundee and Angus College

F02: Contract notice

Notice identifier: 2022/S 000-019352

Procurement identifier (OCID): ocds-h6vhtk-035240

Published 15 July 2022, 9:03am



Section one: Contracting authority

one.1) Name and addresses

Dundee and Angus College

Kingsway Campus, Old Glamis Road

Dundee

DD3 8LE

Contact

Amanda Walsh

Email

a.walsh@dundeeandangus.ac.uk

Telephone

+44 1382834834

Country

United Kingdom

NUTS code

UKM71 - Angus and Dundee City

Internet address(es)

Main address

www.dundeeandangus.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00221

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

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

Reference number

2022/DAC/TCEP-ITT1

two.1.2) Main CPV code

  • 42990000 - Miscellaneous special-purpose machinery

two.1.3) Type of contract

Supplies

two.1.4) Short 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.

two.1.5) Estimated total value

Value excluding VAT: £6,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

Maximum number of lots that may be awarded to one tenderer: 3

two.2) Description

two.2.1) Title

3D Scanner

Lot No

3

two.2.2) Additional CPV code(s)

  • 42990000 - Miscellaneous special-purpose machinery

two.2.3) Place of performance

NUTS codes
  • UKM72 - Clackmannanshire and Fife
Main site or place of performance

Advanced Manufacturing Centre of Excellence

Arbroath Campus

Keptie Road

Arbroath

Angus

DD11 3AE

two.2.4) Description of the procurement

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)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

3D Printer

Lot No

2

two.2.2) Additional CPV code(s)

  • 42990000 - Miscellaneous special-purpose machinery

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
Main site or place of performance

Advanced Manufacturing Centre of Excellence

Arbroath Campus

Keptie Road

Angus

DD11 3AE

two.2.4) Description of the procurement

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)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

CNC Machinery

Lot No

1

two.2.2) Additional CPV code(s)

  • 42990000 - Miscellaneous special-purpose machinery

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
Main site or place of performance

Advanced Manufacturing Centre of Excellence, Arbroath Campus, Keptie Road, Arbroath, Angus - DD11 3AE.

two.2.4) Description of the procurement

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).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Contract performance conditions are outline within the Specification of Requirements - 4.8. Key Performance Indicators.

three.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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.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: 3

In the case of framework agreements, provide justification for any duration exceeding 4 years:

The project is anticipated to be delivered over a 5 year term.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 042-690973

four.2.2) Time limit for receipt of tenders or requests to participate

Date

16 August 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 14 December 2022

four.2.7) Conditions for opening of tenders

Date

16 August 2022

Local time

12:00pm

Place

Kingsway Campus,

Old Glamis Road,

Dundee,

DD3 8LE

Information about authorised persons and opening procedure

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.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20896 . For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=23433

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=700441.

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 on-going delivery; future planning and commitment to provide further benefits in local areas of Dundee must be included.

(SC Ref:700441)

six.4) Procedures for review

six.4.1) Review body

Dundee Sheriff Court

6 West Bell Street

Dundee

DD1 9AD

Email

dundee@scotcourts.gov.uk

Telephone

+44 1382229961

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/