web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Glasgow: Engineering services

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 236-489454/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Supplies
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: City of Glasgow College
Postal address: 190 Cathedral Street
Town: Glasgow
Postal code: G4 0RF
Country: United Kingdom
Contact Person: Sean Marshall
Telephone: +44 1413755188
Email: sean.marshall@cityofglasgowcollege.ac.uk
Internet address(es):
Main address:
Address of the buyer profile:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
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: The supply, delivery, build and commissioning of a pneumatic training rig.

Reference number: CS/CoGC/17/025
II.1.2) Main CPV code: 71300000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The city of Glasgow College require a single supplier for the supply, delivery, build and commissioning of a pneumatic training rig. Warranty, maintenance and repairs will all be included in the contract.
II.1.5) Estimated total value:
Value excluding VAT: 185000 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
71300000

II.2.3) Place of performance
Nuts code: UKM82
Main site or place of performance:
The city of Glasgow College.
Riverside Campus.
21 Thistle Street
Glasgow.
G5 9XB.

II.2.4) Description of the procurement:
The city of Glasgow College require a single supplier for the supply, delivery, build and commissioning of a pneumatic training rig. To be included in the contract will be the warranty, repairs, maintenance/servicing and training.
More information found in the ITT document.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Service offering/Weighting:25Quality criterion -Name: Project plan/Weighting:15Quality criterion -Name: Warranty, support and infrastructure/Weighting:15Quality criterion -Name: Health & safety/Weighting:5Quality criterion -Name: Complaints procedure/Weighting:5Quality criterion -Name: Environmental policy/Weighting:5Quality criterion -Name: Fair work practices/Weighting:5Quality criterion -Name: Equality & diversity/Weighting:5
Price – Weighting:20
II.2.6) Estimated value:
Value excluding VAT: 185000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
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 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:no

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: Please refer to the ‘Qualification Envelope’ of the ITT within PCS-Tender to answer the selection criteria.
Minimum level(s) of standards possibly required: Please refer to Part 4 B Economic and Financial Standing of the ESPD.
The College will use the following ratios to evaluate a bidder’s financial status.
Bidders must confirm in their response to the relevant question within the ‘Qualification envelope’ that as a minimum, 2 out of the 3 ratios can be met and what the value of each ratio is.
The 3 ratios to be evaluated are:
Profitability – this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio;
Liquidity – this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to ‘one’ then it is a pass for this ratio;
Gearing – this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100 % it is considered a pass for this ratio.
Where 2 out of the 3 ratios cannot be met, the College may take the below noted into consideration when assessing financial viability and the risk to the College, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria. This list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors:
Would the bidder have passed the checks if prior year accounts had been used?
Were any of the poor appraisal outcomes ‘marginal’?
Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance?
Does the bidder have sufficient reserves to sustain losses for a number of years?
Does the bidder have a healthy cash-flow?
Is the bidder profitable enough to finance the interest on its debt?
Are most of the bidder’s debt owed to group companies?
Are most of the bidder’s debt owed to group companies?
Is the bidder’s debt due to be repaid over a number of years, and affordable?
Have the bidder’s results were adversely affected by ‘once off costs’ and/or ‘once off accounting treatments’?
Do the bidder’s auditors (where applicable) consider it to be a ‘going concern’?
Does Keynote (where applicable) consider the bidder to be a ‘going concern’?
Will the bidder provide a parent company guarantee?
Is the bidder the single supplier/source of the goods/works/services in the marketplace?
The College will obtain an Equifax Report or similar financial verification systems to validate the information provided.
Please refer to Part 4 B.
Bidders must confirm they can provide the following supporting evidence prior to award:
Employer’s (Compulsory) Liability Insurance = 5 000 000 GBP.
Product Liability Insurance = 5 000 000 GBP.
Public Liability Insurance = 5 000 000 GBP.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2018-02-09 Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2018-02-09 Local time: 10:00 Place:City of Glasgow College, 190 Cathedral Street, Glasgow, G4 0RF.

Information about authorised persons and opening procedure:Sean Marshall, Supply Chain Manager, City of Glasgow College.

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 payment will be used
VI.3) Additional information:
Bidders 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.
Declarations and certificates:
In an open tendering procedure prior to any award being made the successful bidder must provide the below noted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Questionnaire.
All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T.
Appendix A – FORM OF TENDER.
Appendix B – FREEDOM OF INFORMATION (if applicable).
Appendix C – SUPPLY CHAIN CODE OF CONDUCT.
In the case of an open tender, this information will not be required to be uploaded and submitted with the bid, but will instead be requested by the College following the conclusion of the evaluation of the Qualification, Technical and Commercial Questionnaires and prior to the award of the tender.
Failure to provide this information or in the event that the information provided does not support or evidence the statements made within the Qualification Questionnaire, will invalidate any bid. In this scenario, the College will seek to obtain the relevant information and evidence from the second highest scoring bidder and so on, and upon verification will award the contract to this bidder instead.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is project_9525. For more information see:
(SC Ref:521079).
VI.4) Procedures for review
VI.4.1) Review body
Official name: City of Glasgow College
Postal address: 190 Cathedral Street
Town: Glasgow
Postal code: G4 0RF
Country: United Kingdom
Telephone: +44 1413755167
Internet address:

VI.4.2) Body responsible for mediation procedures
Official name: City of Glasgow College
Postal address: 190 Cathedral Street
Town: Glasgow
Postal code: G4 0RF
Country: United Kingdom
Telephone: +44 1413755188
E-mail: sean.marshall@cityofglasgowcollege.ac.uk
Internet address:
VI.4.4) Service from which information about the review procedure may be obtained
Official name: City of Glasgow College
Postal address: 190 Cathedral Street
Town: Glasgow
Postal code: G4 0RF
Country: United Kingdom
Telephone: +44 1413755188
E-mail: sean.marshall@cityofglasgowcollege.ac.uk
Internet address:
VI.5) Date of dispatch of this notice:2017-12-06