Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Forth Valley College
Grangemouth Road
Falkirk
FK2 9AD
UK
Contact person: Chris Harper
Telephone: +44 1324403000
E-mail: procurement@forthvalley.ac.uk
NUTS: UKM76
Internet address(es)
Main address: http://www.forthvalley.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00451
I.3) Communication
The 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/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision for Multi Purpose Driving Simulators
Reference number: STC-2025-23
II.1.2) Main CPV code
34151000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The Authority is seeking a single supplier to provide Multi Purpose Driving Simulators and ongoing technical support. The driving simulators will be used to provide students with realistic driving experiences through simulation.
II.1.5) Estimated total value
Value excluding VAT:
192 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
34150000
34151000
34152000
II.2.3) Place of performance
NUTS code:
UKM76
Main site or place of performance:
Forth Valley College Falkirk campus.
II.2.4) Description of the procurement
The College is seeking to appoint a single supplier for the supply, delivery, installation and ongoing maintenance and support of 4 multipurpose simulators. 2 larger simulators with realistic seating, controls, screens and motion and 2 smaller desktop portable solutions.
The system will utilise AR and/or VR to simulate real-world driving scenarios, providing an immersive simulated training experience.
It will allow students to practice without the need for multi vehicles and required space.
The simulated environment will provide a safe training space, reducing the risks of injuries and costs related to driving physical vehicles.
The equipment will be installed in our Falkirk campus, located at Grangemouth Road, Falkirk, FK2 9AD.
The equipment needs to be installed by the Contractor by 12th December 2025.
There may be a requirement to purchase additional equipment and upgrades throughout the duration of the contract.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical Question 1 – Hardware and Software
/ Weighting: 15
Quality criterion: Technical Question 2 - Presentation via Teams
/ Weighting: 10
Quality criterion: Technical Question 3 – Contract Mobilisation and Key Personnel
/ Weighting: 5
Quality criterion: Technical Question 4 – ICT and Installation Requirements
/ Weighting: 5
Quality criterion: Technical Question 5 – Feedback, Evaluation and Student Progress Reports
/ Weighting: 5
Quality criterion: Technical Question 6 - Learning and Curriculum Resources
/ Weighting: 5
Quality criterion: Technical Question 7 - After Sales Support and Maintenance Services
/ Weighting: 5
Quality criterion: Technical Question 8 - Responsible Procurement – Community Benefits and Sustainability
/ Weighting: 5
Quality criterion: Technical Question 9 - Data Protection and Cyber Security Risks
/ Weighting: 5
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
192 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
12 month optional extension
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
There may be requirements for upgrades or additional software throughout the duration of the contract.
II.2.13) Information about European Union funds
The 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
N/A
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Insurance Requirements
Please complete “Insurance Requirements” on the online SPD and submit on PCS.
It is a requirement that all Tenderers must have or commit to have the required insurance levels at commencement of the Agreement as indicated below.
Question 4B.5a Professional Indemnity Insurance – GBP2,000,000 each and every claim.
Question 4B.5b Employer's (Compulsory) Liability Insurance – GBP5,000,000 each and every claim.
Question 4B.5c Public Liability Insurance - GBP2,000,000 each and every claim.
A copy of the Insurance Certificate or Brokers Letter must be provided prior to award 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.
Pass = The Tenderer has the relevant Insurance in place with evidence of an Insurance Certificate or the Tenderer has committed to obtaining the required insurance with evidence of a brokers letter.
Fail = The Tenderer does not have the relevant insurance requirements in place and cannot commit to obtaining the relevant insurance OR the Tenderer has stated they have the relevant insurance in place or can obtain it but is unable to provide evidence to demonstrate this.
Other Economic or Financial Requirements – Financial Accounts
Question 4B.6. The successful Tenderer will be required to provide two years of audited accounts or equivalent prior to award to the Agreement. If you are unable to provide the required accounting information – e.g. a new business without the required accounts, please provide a banker’s letter demonstrating their willingness to support your organisation over the term of the Agreement.
The College shall assess the financial accounts or banker’s letter submitted. It may seek further clarity if necessary and use all financial information submitted to ensure that the Tenderer has satisfactory economic and financial standing to meet the contract requirements. If analysis of a Tenderer’s financial position determines that additional measures are necessary in order to provide adequate assurance of the Tenderer’s financial strength to the College that Tenderer may or may not be required to provide additional guarantees. If such additional measures are not suitable or cannot be provided by the Tenderer, then the College reserves the right to disqualify the Tenderer.
Please confirm on the SPD on PCS that you can meet this requirement and this information shall be provided when requested.
This information will be used to assess the Tenderers economic and financial standing and is deemed a minimum standard and is mandatory. A fail will result in elimination from the procurement exercise.
Pass = The Tenderer has provided all financial accounts or banker’s letter and/or supporting information requirements as requested by the College and has demonstrated satisfactory economic and financial standing.
Fail = The Tenderer has not provided the required financial accounts or banker’s letter and/or supporting information as requested by the College or has provided the information but has not demonstrated satisfactory economic and financial standing.
Minimum level(s) of standards required:
Insurance
Question 4B.5a Professional Indemnity Insurance – GBP2,000,000 each and every claim.
Question 4B.5b Employer's (Compulsory) Liability Insurance – GBP5,000,000 each and every claim.
Question 4B.5c Public Liability Insurance - GBP2,000,000 each and every claim.
Other Economic or Financial Requirements – Financial Accounts
The successful Tenderer will be required to provide two years of audited accounts or equivalent prior to award to the Agreement. If you are unable to provide the required accounting information – e.g. a new business without the required accounts, please provide a banker’s letter demonstrating their willingness to support your organisation over the term of the Agreement.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Please complete “Technical or Professional Ability” on the online SPD and submit on PCS.
Please note all questions in this section are minimum standards and are mandatory. A fail will result in elimination from the procurement exercise.
Question 4C.1.2
Tenderers are required to provide a minimum of 2 examples in the last 3 years to demonstrate that they have relevant experience.
Please provide examples including as a minimum a description of the services, client/ company name, total contract value and dates of delivery.
Pass = The Tenderer has provided 2 examples that demonstrate relevant experience in the last three years.
Fail = The Tenderer has not provided 2 examples of relevant experience in the last three years or the Tenderer has responded to the request but the examples provided are not relevant.
Minimum level(s) of standards required:
Tenderers are required to provide a minimum of 2 examples in the last 3 years to demonstrate that they have relevant experience.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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 participate
Date:
28/08/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
01/12/2025
IV.2.7) Conditions for opening of tenders
Date:
28/08/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
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=805219.
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:805219)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=805219
VI.4) Procedures for review
VI.4.1) Review body
Camelon Sheriff Court
Main Street, Camelon
Falkirk
FK1 4AR
UK
VI.5) Date of dispatch of this notice
28/07/2025