Supply of Virtual Reality (VR) / Augmented Reality (AR) Welding Simulators (Ангилья - Тендер #40943172) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Ангилья (другие тендеры и закупки Ангилья) Организатор тендера: Sell2Wales – Government´s Initiative Номер конкурса: 40943172 Дата публикации: 20-04-2023 Источник тендера: Sell2Wales – Government´s Initiative |
||
Dundee and Angus College
Kingsway Campus, Old Glamis Road
Dundee
DD3 8LE
UK
Contact person: Amanda Walsh
Telephone: +44 1382834834
E-mail: a.walsh@dundeeandangus.ac.uk
NUTS: UKM71
Internet address(es)
Main address: www.dundeeandangus.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00221
I.2) Joint procurementThe contract is awarded by a central purchasing body
I.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publiccontractsscotland.gov.uk/
Body governed by public law
I.5) Main activityEducation
Section II: Object II.1) Scope of the procurement II.1.1) TitleSupply of Virtual Reality (VR) / Augmented Reality (AR) Welding Simulators
Reference number: 2023/DAC/ENG-ITT2
II.1.2) Main CPV code42662000
II.1.3) Type of contractSupplies
II.1.4) Short descriptionThe 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.
II.1.5) Estimated total valueValue excluding VAT: 1 000 000.00 GBP
II.1.6) Information about lotsThis contract is divided into lots: No
II.2) Description II.2.2) Additional CPV code(s)42662000
II.2.3) Place of performanceNUTS code:
UKM71
Main site or place of performance:
Dundee and Angus College
Kingsway Campus
Old Glamis Road
Dundee
DD3 8LE
II.2.4) Description of the procurementTenders 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).
II.2.5) Award criteriaCriteria below:
Quality criterion: Technical Requirements / Weighting: 80%
Quality criterion: General Requirements / Weighting: 10%
Quality criterion: Framework Administration / Weighting: 10%
Price / Weighting: 40%
II.2.6) Estimated valueValue excluding VAT: 1 000 000.00 GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variantsVariants will be accepted: No
II.2.11) Information about optionsOptions: No
II.2.13) Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: No
Section III: Legal, economic, financial and technical information III.1) Conditions for participation III.1.2) Economic and financial standingSelection criteria as stated in the procurement documents
Selection criteria as stated in the procurement documents
Contract performance conditions are outlined within the Specification of Requirements - 4.7. Key Performance Indicators.
III.2.3) Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure IV.1) Description IV.1.1) Type of procedureOpen procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement with a single operator.
Justification for any framework agreement duration exceeding 4 years: Not Applicable. Contract Term is 48 months - 4 Years
IV.1.8) Information about Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information IV.2.2) Time limit for receipt of tenders or requests to participateDate: 19/05/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submittedEN
IV.2.6) Minimum time frame during which the tenderer must maintain the tenderTender must be valid until: 17/08/2023
IV.2.7) Conditions for opening of tendersDate: 19/05/2023
Local time: 12:00
Place:
Dundee and Angus College
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 the opening of the tender submissions.
Section VI: Complementary information VI.1) Information about recurrenceThis is a recurrent procurement: No
VI.2) Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional informationNOTE: 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=729808.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:729808)
VI.4) Procedures for review VI.4.1) Review bodyDundee Sheriff Court
6 West Bell Street
Dundee
DD1 9AD
UK
Telephone: +44 1382229961
E-mail: dundee@scotcourts.gov.uk
VI.5) Date of dispatch of this notice19/04/2023
Information added to the notice since publication.
Additional information added to the notice since it"s publication.| No further information has been uploaded. |
| Main Contact: | a.walsh@dundeeandangus.ac.uk |
| Admin Contact: | N/a |
| Technical Contact: | N/a |
| Other Contact: | N/a |
| ID | Title | Parent Category |
|---|---|---|
| 42662000 | Welding equipment | Soldering, brazing and welding tools, surface tempering and hot-spraying machines and equipment |
| ID | Description |
|---|---|
| 100 | UK - All |
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions| There are no alert restrictions for this notice. |