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.2) Information about joint procurement
The contract is awarded by a central purchasing body
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 of Virtual Reality (VR) / Augmented Reality (AR) Welding Simulators
Reference number
2023/DAC/ENG-ITT2
two.1.2) Main CPV code
- 42662000 - Welding equipment
two.1.3) Type of contract
Supplies
two.1.4) Short 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.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £41,000 / Highest offer: £66,800 taken into consideration
two.2) Description
two.2.2) Additional CPV code(s)
- 42662000 - Welding equipment
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Dundee and Angus College
Kingsway Campus
Old Glamis Road
Dundee
DD3 8LE
two.2.4) Description of the procurement
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).
two.2.5) Award criteria
Quality criterion - Name: Technical Requirements / Weighting: 80%
Quality criterion - Name: General Requirements / Weighting: 10%
Quality criterion - Name: Framework Administration / Weighting: 10%
Price - Weighting: 40%
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 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
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: 2023/S 000-011249
Section five. Award of contract
Contract No
2023/DAC/ENG-ITT2
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
17 July 2023
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
TechSoft UK Ltd
Falcon House, Royal Welch Avenue
Bodelwyddan
LL18 5TQ
Telephone
+44 1745535007
Fax
+44 1745535008
Country
United Kingdom
NUTS code
- UKL13 - Conwy and Denbighshire
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £41,000 / Highest offer: £66,800 taken into consideration
Section six. Complementary information
six.3) Additional information
(SC Ref:739237)
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