Section one: Contracting authority
one.1) Name and addresses
Dundee and Angus College
Kingsway Campus, Old Glamis Road
Dundee
DD3 8LE
Contact
Amanda Walsh
Telephone
+44 1382834834
Country
United Kingdom
NUTS code
UKM71 - Angus and Dundee City
Internet address(es)
Main address
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
Telephone
+44 1382229961
Country
United Kingdom