Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision for Multi Purpose Driving Simulators

  • First published: 04 August 2025
  • Last modified: 04 August 2025
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-05676e
Published by:
Forth Valley College
Authority ID:
AA36567
Publication date:
04 August 2025
Deadline date:
28 August 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
34151000 Driving simulators Simulators
34150000 Simulators Motor vehicles
34152000 Training simulators Simulators

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@forthvalley.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.