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

A Contract Award Notice
by DUNDEE AND ANGUS COLLEGE

Source
Find a Tender
Type
Contract (Goods)
Duration
not specified
Value
£1M-£4M
Sector
INDUSTRIAL
Published
08 Nov 2022
Delivery
not specified
Deadline
n/a

Concepts

Location

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

Geochart for 1 buyers and 3 suppliers

1 buyer

2 suppliers

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.

Lot Division

1 CNC Machinery

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).

Award Criteria
Technical Requirements 50%
General Requirements 40%
Contract Adminstration 10%
price 40%
2 3D Printers

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)

Award Criteria
Technical Requirements 50%
General Requirements 40%
Contract Administration 10%
price 40%
3 3D Scanner

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)

Award Criteria
Technical Requirements 50%
General Requirements 40%
Contract Administration 10%
price 40%

Award Detail

1 Emco Education (Hayling Island)
  • CNC Machinery
  • Reference: 031537-2022-1
  • Value: £4,000,000
2 Laser Lines (Banbury)
  • 3D Printers
  • Reference: 031537-2022-2
  • Value: £1,000,000
3 Laser Lines (Banbury)
  • 3D Scanner
  • Reference: 031537-2022-3
  • Value: £1,000,000

CPV Codes

  • 42990000 - Miscellaneous special-purpose machinery

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** The officer responsible for the administration of this Framework for the College is detailed below: Amanda Walsh Procurement Manager Dundee and Angus College Kingsway Campus, Old Glamis Road, Dundee DD3 8LE a.walsh@dundeeandangus.ac.uk (SC Ref:712712)

Reference

Domains