Notice Information
Notice Title
Framework Agreement for the Reception, Bulking & Transfer of Waste
Notice Description
The City of Edinburgh Council is seeking to put in place a Framework Agreement for the Receipt, Handling and Transport of Municipal Solid Waste(MSW). During the Framework Agreement, Waste will be delivered to the Contactor's facility by the Council for bulking and haulage to Viridor Waste Management's landfill site at Dunbar, EH42 1SW. This requirement may vary during the contract period, as detailed within the specification.
Lot Information
Lot 1
The City of Edinburgh Council is undertaking an open procedure OJEU tender exercise in order to put in place a framework agreement of a maximum of 5 contractors insofar as there is a sufficient number of tenderers that meet the selection criteria/award criteria.
Options: It is the intention of the Council that any Contract resulting from this process will commence in November 2017 for a period of 13 months (to December 2018) with the option to extend for up to a further 12 months (to December 2019), undertaken at the sole discretion of the Council.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000498092
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV300115
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90500000 - Refuse and waste related services
Notice Value(s)
- Tender Value
- £2,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Nov 20178 years ago
- Submission Deadline
- 21 Jul 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 31 Oct 20178 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE CITY OF EDINBURGH COUNCIL
- Contact Name
- Claudine Persaud
- Contact Email
- claudine.persaud@edinburgh.gov.uk, emma.o'sullivan@edinburgh.gov.uk, lorna.lennen@edinburgh.gov.uk
- Contact Phone
- +44 1314693543, +44 1314693727, +44 1314693922
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH8 8BG
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM75 City of Edinburgh
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- City Centre
- Westminster Constituency
- Edinburgh East and Musselburgh
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN286536&idx=7
29th June 2017 - City of Edinburgh Council Terms and Conditions of Contract -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN286536&idx=11
29th June 2017 - City of Edinburgh Council Terms and Conditions of Contract -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN286536&idx=2
29th June 2017 - Instructions to Tenderers -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN286536&idx=10
29th June 2017 - Instructions to Tenderers -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN286536&idx=9
17th June 2017 - ESPD v1.9 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN286536&idx=1
17th June 2017 - European Single Procurement Document (ESPD) -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN286536&idx=3
17th June 2017 - Specification -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN286536&idx=4
17th June 2017 - Specification Appendix 2 - Current Sample Routes (approximatley 30) -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN286536&idx=5
17th June 2017 - Tenderer's Submission -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN286536&idx=6
17th June 2017 - Pricing Schedule -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN286536&idx=8
17th June 2017 - City of Edinburgh Council Terms and Conditions of Contract -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN286536
Framework Agreement for the Reception, Bulking & Transfer of Waste - The City of Edinburgh Council is seeking to put in place a Framework Agreement for the Receipt, Handling and Transport of Municipal Solid Waste(MSW). During the Framework Agreement, Waste will be delivered to the Contactor's facility by the Council for bulking and haulage to Viridor Waste Management's landfill site at Dunbar, EH42 1SW. This requirement may vary during the contract period, as detailed within the specification. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV300115
Framework Agreement for the Reception, Bulking & Transfer of Waste - The City of Edinburgh Council is seeking to put in place a Framework Agreement for the Receipt, Handling and Transport of Municipal Solid Waste(MSW). During the Framework Agreement, Waste will be delivered to the Contactor's facility by the Council for bulking and haulage to Viridor Waste Management's landfill site at Dunbar, EH42 1SW. This requirement may vary during the contract period, as detailed within the specification.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000498092-2017-11-02T00:00:00Z",
"date": "2017-11-02T00:00:00Z",
"ocid": "ocds-r6ebe6-0000498092",
"initiationType": "tender",
"parties": [
{
"id": "org-38",
"name": "The City of Edinburgh Council",
"identifier": {
"legalName": "The City of Edinburgh Council"
},
"address": {
"streetAddress": "Waverley Court, 4 East Market Street",
"locality": "Edinburgh",
"region": "UKM25",
"postalCode": "EH8 8BG"
},
"contactPoint": {
"name": "Claudine Persaud",
"email": "claudine.persaud@edinburgh.gov.uk",
"telephone": "+44 1314693727",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.edinburgh.gov.uk"
}
},
{
"id": "org-4",
"name": "The City of Edinburgh Council",
"identifier": {
"legalName": "The City of Edinburgh Council"
},
"address": {
"streetAddress": "Waverley Court, 4 East Market Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH8 8BG"
},
"contactPoint": {
"email": "lorna.lennen@edinburgh.gov.uk",
"telephone": "+44 1314693543",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.edinburgh.gov.uk"
}
},
{
"id": "org-11",
"name": "The City of Edinburgh Council",
"identifier": {
"legalName": "The City of Edinburgh Council"
},
"address": {
"streetAddress": "Waverley Court, 4 East Market Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH8 8BG"
},
"contactPoint": {
"email": "emma.o'sullivan@edinburgh.gov.uk",
"telephone": "+44 1314693922",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "06",
"description": "Housing and community amenities",
"scheme": "COFOG"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.edinburgh.gov.uk"
}
}
],
"buyer": {
"name": "The City of Edinburgh Council",
"id": "org-11"
},
"tender": {
"id": "CT2186",
"title": "Framework Agreement for the Reception, Bulking & Transfer of Waste",
"description": "The City of Edinburgh Council is seeking to put in place a Framework Agreement for the Receipt, Handling and Transport of Municipal Solid Waste(MSW). During the Framework Agreement, Waste will be delivered to the Contactor's facility by the Council for bulking and haulage to Viridor Waste Management's landfill site at Dunbar, EH42 1SW. This requirement may vary during the contract period, as detailed within the specification.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "90500000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Edinburgh"
},
"deliveryAddresses": [
{
"region": "UKM25"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 2000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2017-07-21T12:00:00Z"
},
"awardPeriod": {
"startDate": "2017-07-21T13:00:00Z"
},
"documents": [
{
"id": "JUN286536",
"documentType": "contractNotice",
"title": "Framework Agreement for the Reception, Bulking & Transfer of Waste",
"description": "The City of Edinburgh Council is seeking to put in place a Framework Agreement for the Receipt, Handling and Transport of Municipal Solid Waste(MSW). During the Framework Agreement, Waste will be delivered to the Contactor's facility by the Council for bulking and haulage to Viridor Waste Management's landfill site at Dunbar, EH42 1SW. This requirement may vary during the contract period, as detailed within the specification.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN286536",
"format": "text/html"
},
{
"id": "JUN286536-1",
"title": "European Single Procurement Document (ESPD)",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN286536&idx=1",
"datePublished": "2017-06-17T11:10:23Z",
"dateModified": "2017-06-17T11:10:23Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUN286536-2",
"title": "Instructions to Tenderers",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN286536&idx=2",
"datePublished": "2017-06-17T11:10:23Z",
"dateModified": "2017-06-29T15:06:29Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUN286536-3",
"title": "Specification",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN286536&idx=3",
"datePublished": "2017-06-17T11:10:23Z",
"dateModified": "2017-06-17T11:10:23Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUN286536-4",
"title": "Specification Appendix 2 - Current Sample Routes (approximatley 30)",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN286536&idx=4",
"datePublished": "2017-06-17T11:10:23Z",
"dateModified": "2017-06-17T11:10:23Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "JUN286536-5",
"title": "Tenderer's Submission",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN286536&idx=5",
"datePublished": "2017-06-17T11:10:23Z",
"dateModified": "2017-06-17T11:10:23Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUN286536-6",
"title": "Pricing Schedule",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN286536&idx=6",
"datePublished": "2017-06-17T11:10:23Z",
"dateModified": "2017-06-17T11:10:23Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUN286536-7",
"title": "City of Edinburgh Council Terms and Conditions of Contract",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN286536&idx=7",
"datePublished": "2017-06-17T11:10:23Z",
"dateModified": "2017-06-29T15:08:10Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUN286536-8",
"title": "City of Edinburgh Council Terms and Conditions of Contract",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN286536&idx=8",
"datePublished": "2017-06-17T11:10:23Z",
"dateModified": "2017-06-17T11:10:23Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUN286536-9",
"title": "ESPD v1.9",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN286536&idx=9",
"datePublished": "2017-06-17T11:10:24Z",
"dateModified": "2017-06-17T11:10:24Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUN286536-10",
"title": "Instructions to Tenderers",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN286536&idx=10",
"datePublished": "2017-06-29T15:06:29Z",
"dateModified": "2017-06-29T15:06:29Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUN286536-11",
"title": "City of Edinburgh Council Terms and Conditions of Contract",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN286536&idx=11",
"datePublished": "2017-06-29T15:08:10Z",
"dateModified": "2017-06-29T15:08:10Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "NOV300115",
"documentType": "awardNotice",
"title": "Framework Agreement for the Reception, Bulking & Transfer of Waste",
"description": "The City of Edinburgh Council is seeking to put in place a Framework Agreement for the Receipt, Handling and Transport of Municipal Solid Waste(MSW). During the Framework Agreement, Waste will be delivered to the Contactor's facility by the Council for bulking and haulage to Viridor Waste Management's landfill site at Dunbar, EH42 1SW. This requirement may vary during the contract period, as detailed within the specification.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV300115",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The City of Edinburgh Council is undertaking an open procedure OJEU tender exercise in order to put in place a framework agreement of a maximum of 5 contractors insofar as there is a sufficient number of tenderers that meet the selection criteria/award criteria.",
"status": "complete",
"options": {
"description": "It is the intention of the Council that any Contract resulting from this process will commence in November 2017 for a period of 13 months (to December 2018) with the option to extend for up to a further 12 months (to December 2019), undertaken at the sole discretion of the Council."
},
"hasOptions": true,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 750
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2017-07-21T13:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Part IV: Selection criteria - B: Economic and financial standing - Question 4B.1 - The bidder should provide its (\"general\") yearly turnover for the number of financial years specified in the relevant Contract Notice. Part IV: Selection criteria - B: Economic and financial standing - Question 4B.4 - The bidder confirms the name, value and/or range of the financial ratios specified in the relevant Contract Notice are as follows. Part IV: Selection criteria - B: Economic and financial standing - Question 4B.5.1 - The Bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant Contract Notice. Part IV: Selection criteria - B: Economic and financial standing - 4B.5.2 - All other types of insurance listed in the Contract Notice.",
"minimum": "Part IV: Selection criteria - B: Economic and financial standing - Question 4B.1 - Tenderers are required to have a minimum \"general\" annual turnover of GBP 3.2m for the last two financial years. In your response to this question please indicate your compliance with this requirement. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Part IV: Selection criteria - B: Economic and financial standing - Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4: o Current ratio for Current Year: [value] o Current ratio for Prior Year: [value] The formula for calculating a Tenderer's current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.20. In your response to this question please indicate your compliance with this requirement. Where a Tenderer's current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Part IV: Selection criteria - B: Economic and financial standing - Question 4B.5.1 & 4B.5.2 - Tenderers are required to hold, or commit to obtaining prior to the commencement of the framework agreement, the types and levels of insurance indicated below: o Public Liability Insurance - GBP 10m o Employers (Compulsory) Liability Insurance - GBP 5m o Professional Indemnity - GBP 5m In your response to this question please indicate your compliance with this requirement. Where a Tenderer does not hold, or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition."
},
{
"type": "technical",
"description": "Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management - Question 4D.1 - Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards, including accessibility for disabled persons? Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management - Question 4D.2 Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards?",
"minimum": "4D.1 - The following 6 questions detail the mandatory Quality Assurances required by Contractor's. 1. Tenderers with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within their Organisation and is reviewed regularly. In your response to this question please indicate your compliance with this mandatory requirement and provide a copy your Organisation's Health & Safety Policy. Where a Tenderer does not have a Health & Safety Policy and is required to do so, the Council will exclude the Tenderer from the competition. 2. Contractors appointed to the framework agreement have in place an appropriate Waste Management Licence, Pollution Prevention & Control Permit or the appropriate exemption. In your response to this question please indicate your compliance with this mandatory requirement and provide a copy your Organisation's Waste Management Licence, Pollution Prevention & Control Permit or the appropriate exemption. Where a Tenderer cannot demonstrate compliance or a commitment to comply prior to the commencement of the framework agreement, the Council will exclude the Tenderer from the competition. 3. Contractors appointed to the framework agreement or their proposed sub-contractor(s) hold a Waste Carrier's Licence. In your response to this question please indicate your compliance with this mandatory requirement and provide a copy your Organisation's or proposed sub-contractor's Waste Carrier's Licence. Where a Tenderer cannot demonstrate compliance or a commitment to comply prior to the commencement of the framework agreement, the Council will exclude the Tenderer from the competition. 4. Contractors appointed to the framework agreement or their proposed sub-contractor(s) have full Planning Permission for activities relating to provision of the service. In your response to this question please indicate your compliance with this mandatory requirement and provide a copy your Organisation's or proposed sub-contractor's Planning Permission certification. Where a Tenderer cannot demonstrate compliance or a commitment to comply prior to the commencement of the framework agreement, the Council will exclude the Tenderer from the competition. 5. Contractors appointed to the framework agreement or their proposed sub-contractor(s) holds an appropriate Operator's Licence as issued by the Driver and Vehicle Standards Agency (DVSA)/Traffic Commissioners. In your response to this question please indicate your compliance with this mandatory requirement and provide a copy your Organisation's or proposed sub-contractor's holds an appropriate Operator's Licence as issued by the DVSA. Where a Tenderer cannot demonstrate compliance or a commitment to comply prior to the commencement of the framework agreement, the Council will exclude the Tenderer from the competition. 6. Contractors appointed to the framework agreement have in place a documented Business Continuity Plan which: (1) is reviewed every 2 years (2) addresses all of the organisation's critical activities, including those activities that will be provided to the Council. In your response to this question please indicate your compliance with this mandatory requirement and provide a copy your Organisation's Business Continuity Plan. Where a Tenderer cannot demonstrate compliance or a commitment to comply prior to the commencement of the framework agreement, the Council may exclude the Tenderer from the competition. 4D.2 - It is a mandatory requirement that Tenderers have a robust and relevant Environmental Policy. In your response to this question please indicate your compliance with this mandatory requirement and provide a copy your Organisation's Environmental Policy. Where a Bidder does not have an Environmental Policy, the Council may exclude the Bidder from the competition."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 4
}
},
"classification": {
"id": "90500000",
"scheme": "CPV"
},
"reviewDetails": "A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the OJEU or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.",
"hasRecurrence": false,
"amendments": [
{
"id": "amd-33",
"description": "Professional Indemnity Insurance Professional Indemnity insurance is not a requirement for this contract. The following tender documents will be updated and re-uploaded on to the Public Contracts Scotland portal to reflect this amendment: Instructions to Tenderers (ITT); City of Edinburgh Council Terms and Conditions of Contract.",
"unstructuredChanges": [
{
"newValue": {
"text": "Professional Indemnity Insurance Professional Indemnity insurance is not a requirement for this contract. The following tender documents will be updated and re-uploaded on to the Public Contracts Scotland portal to reflect this amendment: Instructions to Tenderers (ITT); City of Edinburgh Council Terms and Conditions of Contract."
},
"where": {
"section": "VI.3"
}
}
]
}
]
},
"language": "EN",
"description": "The contract value included in this notice is estimated. The actual contract value will be dependent on tonnages and proportion of waste processed by each Supplier during the contract period. (SC Ref:517139)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000498092"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000498092"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000498092"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "CT2186",
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "CT2186",
"awardID": "CT2186",
"status": "active",
"dateSigned": "2017-10-31T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 115-231847"
}
]
}