Contract notice
Section I: Contracting
authority
I.1) Name and addresses
New College Lanarkshire
1 Enterprise Way, Motherwell Campus
Motherwell
ML1 2TX
UK
Contact person: Angela Van Gelder
Telephone: +44 7500051214
E-mail: avangelder@apuc-scot.ac.uk
NUTS: UKM84
Internet address(es)
Main address: http://www.nclanarkshire.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00461
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.publictendersscotland.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
Supply and Delivery of Industry 4.0 Automation Training Equipment Including Installation and Associated Services
Reference number: CS-NCL083/R
II.1.2) Main CPV code
34152000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The requirement is for the supply and delivery of industry 4.0 automation training equipment including installation and associated services.
II.1.5) Estimated total value
Value excluding VAT:
200 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKM84
Main site or place of performance:
Motherwell — North Lanarkshire.
II.2.4) Description of the procurement
The requirement is for the supply and delivery of industry 4.0 automation training equipment including installation and associated services. This includes:
• 2 x double sided mobile pneumatic workstations;
• 17 x simulation software licences for pneumatics training — perpetual;
• 1 x modular learning system – mini factory with robot and integrated AGV;
• 1 x industry 4.0 interactive system, training, delivery, installation, annual service, maintenance and all other services as required to meet the specification.
II.2.5) Award criteria
Criteria below:
Quality criterion: Equipment and software proposal
/ Weighting: 20
Quality criterion: Delivery, installation and commissioning
/ Weighting: 7.5
Quality criterion: Training
/ Weighting: 5
Quality criterion: After sales service, annual service and maintenance
/ Weighting: 5
Quality criterion: Sustainability — environmental
/ Weighting: 2
Quality criterion: Sustainability — fair work practices
/ Weighting: 1
Quality criterion: Sustainability — community benefits
/ Weighting: 1
Quality criterion: Business continuity
/ Weighting: 1.5
Quality criterion: Presentation
/ Weighting: 15
Quality criterion: Key personnel
/ Weighting: 2
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
3 x 12-month extensions for annual service and maintenance.
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Question 4B.5.1b and 4B5.2 of the ESPD (Scotland)
The contractor must have the following in place prior to the commencement of the contract:
Employer's (compulsory) liability insurance (legal requirement) = GBP 5 million
Public and product liability insurance = GBP 5 million.
Minimum level(s) of standards required:
Question 4B.5.1b and 4B.5.2
The tenderer has committed to having the stated insurance levels in place prior to contract commencement.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As stated in the specification.
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:
28/04/2021
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
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
28/04/2021
Local time: 13:00
Place:
Electronically via PCS-T.
Information about authorised persons and opening procedure:
Electronically via PCS-T.
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
Please note this is a retender due to an oversight in the original Invitation to Tender document.
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Tenderers must submit or confirm in line with instructions on PCS-T for the following:
• Appendix A Form of tender;
• Appendix B List of proposed sub-contractors (where applicable);
• Appendix D Freedom of Information (where applicable);
• Appendix E APUC Sustain supply chain code of conduct;
• Appendix F Terms and conditions.
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 18331. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
The contractor will work with the College to deliver community benefits or social value where they are identifiable throughout the term of the contract. Examples of community benefits or social value are providing training opportunities to staff and students via placements or internships, apprenticeships or any sponsoring and investment in the local community related to the Contract activity.
(SC Ref:648864)
VI.4) Procedures for review
VI.4.1) Review body
Hamilton Sheriff Court
Sheriff Court House, 4 Beckford Street
Hamilton
ML3 0BT
UK
VI.5) Date of dispatch of this notice
26/03/2021