Contract

Supply of Virtual Reality (VR) / Augmented Reality (AR) Welding Simulators

  • Dundee and Angus College

F03: Contract award notice

Notice identifier: 2023/S 000-020745

Procurement identifier (OCID): ocds-h6vhtk-03c21a

Published 19 July 2023, 10:47am



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.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

Email

dundee@scotcourts.gov.uk

Telephone

+44 1382229961

Country

United Kingdom