Notice Information
Notice Title
LRDC Engineers Framework, MultiLot Framework
Notice Description
Multilot framework to include PCB Layout and Production,Optical Design and Manufacture,Firm and software development, System and Mechanical Prototyping
Lot Information
PCB Layout
LOT 1 PCB Layout We would require that PCB designs are created from circuit schematics. The circuit schematics might be of high speed/high bandwidth photodetectors, digital interconnects between microprocessors/ADCs/DACs/FPGAs etc., low noise power supplies, high linearity/high bandwidth LED/LASER driver circuits etc. The expertise required would be that of high speed, high bandwidth design focused on signal integrity. We are looking for designs that can support SNR levels of 30+ dB. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
Renewal: There will be a option to extend each LOT by 1 x 12 month periods
PCB ProductionThe PCB layouts referred to in LOT 1 would be manufactured and (less often) populated. We are looking for quality over quantity, as well as capability for rigid and flexible PCBs ideally, with focus on rigid ones. We would be manufacturing small number of prototypes for each design, but potentially a medium volume of different prototypes every month.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
Renewal: There will be a option to extend on a per lot basis by 1 x 12 month extensions
Optical Component Design and ManufactureLot 3: Optical Component Design and Manufacture We are looking for subsystem delivery. What that means is multi-component optical systems that achieve given parameters. Preferably delivered in a custom mounting solution that works for our particular use.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
Renewal: There will be an option to extend on a per lot basis by 1 x 12 month extensions
Engineering Resources for Firmware/Software DevelopmentLot 4: Engineering Resources for Firmware/Software Development We are looking to have ad-hoc use of engineers to work on projects as required. In particular we are looking for analog designers, opto-electronic engineers, firmware engineers and software engineers. The analog designers would have to be experienced in low noise circuits, high bandwidth circuits, and/or digital signal processing platforms. The opto-electronic engineers would be experienced in high speed optical detectors, high sensitivity optical detectors, and low noise optical detectors. The firmware engineers would be experienced in signal processing communication applications, low level driver/interface support for Ethernet, USB etc. The software engineers would also preferably have experience in communications, and be able to build the upper layers of the communication stack for use with LiFi. On occasion we might need software engineers specialized in developing applications for mobile platforms i.e. iOS, Android etc.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
Renewal: There will be an option to extend on a per lot basis by 1 x 12 month extensions
Firmware/Software DevelopmentLot 5: Firmware/Software Development Firmware and software would need to be developed to support our platform development. As part of that higher layers of the communication protocol stack would need be implemented/adapted for use with lower PHY and MAC layers developed internally. Device drivers to enable support of our developed platforms on a variety of OSs would need implemented as well. Application specific software would also be required in order to enable demonstrator functionality as well.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
Renewal: There will be an option to extend on a per lot basis by 1 x 12 month extensions
LiFi System PrototypingLot 6: LiFi System Prototyping Complete LiFi system prototyping based on a defined system architecture and performance specification might be required. Capability spanning all other lots would be required in order to deliver satisfactory results.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
Renewal: There will be an option to extend on a per lot basis by 1 x 12 month extensions
Mechanical PrototypingLot 7: Mechanical Prototyping Mechanical design and manufacturing work will be required for enclosure design, as well as optics mounting apparatus. The work will span system design, 3D printing, as well as precision (order of 0.1 mm accuracy, which should be relatively straightforward) component manufacturing. We would require waterproof enclosures as well as weatherproof ones in addition to more traditional ones.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
Renewal: There will be an option to extend on a per lot basis by 1 x 12 month extensions
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000507689
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG292345
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
38 - Laboratory, optical and precision equipments (excl. glasses)
48 - Software package and information systems
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
31220000 - Electrical circuit components
31681300 - Electrical circuits
31712110 - Electronic integrated circuits and microassemblies
31712310 - Populated printed circuit boards
31712320 - Unpopulated printed circuit boards
31720000 - Electromechanical equipment
38600000 - Optical instruments
38636000 - Specialist optical instruments
48621000 - Mainframe operating system software package
48810000 - Information systems
48983000 - Development software package
71330000 - Miscellaneous engineering services
71333000 - Mechanical engineering services
71334000 - Mechanical and electrical engineering services
72212213 - Operating system enhancement software development services
72212219 - Miscellaneous networking software development services
72212781 - System management software development services
72222200 - Information systems or technology planning services
72222300 - Information technology services
72244000 - Prototyping services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 11 Aug 20178 years ago
- Submission Deadline
- 11 Sep 2017Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF EDINBURGH
- Contact Name
- Not specified
- Contact Email
- stuart.mclean@ed.ac.uk
- Contact Phone
- +44 1316502508
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH1 1HT
- 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/search/show/search_view.aspx?ID=AUG292345
LRDC Engineers Framework, MultiLot Framework - Multilot framework to include PCB Layout and Production,Optical Design and Manufacture,Firm and software development, System and Mechanical Prototyping
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-r6ebe6-0000507689-2017-08-11T00:00:00Z",
"date": "2017-08-11T00:00:00Z",
"ocid": "ocds-r6ebe6-0000507689",
"initiationType": "tender",
"parties": [
{
"id": "org-68",
"name": "University Of Edinburgh",
"identifier": {
"legalName": "University Of Edinburgh"
},
"address": {
"streetAddress": "Charles Stewart House, 9-16 Chambers Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH1 1HT"
},
"contactPoint": {
"email": "stuart.mclean@ed.ac.uk",
"telephone": "+44 1316502508",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://www.ed.ac.uk/procurement"
}
}
],
"buyer": {
"name": "University Of Edinburgh",
"id": "org-68"
},
"tender": {
"id": "EC0766",
"title": "LRDC Engineers Framework, MultiLot Framework",
"description": "Multilot framework to include PCB Layout and Production,Optical Design and Manufacture,Firm and software development, System and Mechanical Prototyping",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "31220000",
"scheme": "CPV"
},
{
"id": "31712110",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "31681300",
"scheme": "CPV"
},
{
"id": "72244000",
"scheme": "CPV"
},
{
"id": "31712310",
"scheme": "CPV"
},
{
"id": "31712320",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "38636000",
"scheme": "CPV"
},
{
"id": "38600000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"id": "72222300",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"id": "48983000",
"scheme": "CPV"
},
{
"id": "72212213",
"scheme": "CPV"
},
{
"id": "72212219",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"id": "48621000",
"scheme": "CPV"
},
{
"id": "48810000",
"scheme": "CPV"
},
{
"id": "72212781",
"scheme": "CPV"
},
{
"id": "72222200",
"scheme": "CPV"
},
{
"id": "72244000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"relatedLot": "6"
},
{
"id": "7",
"additionalClassifications": [
{
"id": "31720000",
"scheme": "CPV"
},
{
"id": "71334000",
"scheme": "CPV"
},
{
"id": "71333000",
"scheme": "CPV"
},
{
"id": "38600000",
"scheme": "CPV"
},
{
"id": "38636000",
"scheme": "CPV"
},
{
"id": "72244000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"relatedLot": "7"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2017-09-11T12:00:00Z"
},
"documents": [
{
"id": "AUG292345",
"documentType": "contractNotice",
"title": "LRDC Engineers Framework, MultiLot Framework",
"description": "Multilot framework to include PCB Layout and Production,Optical Design and Manufacture,Firm and software development, System and Mechanical Prototyping",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG292345",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "PCB Layout",
"description": "LOT 1 PCB Layout We would require that PCB designs are created from circuit schematics. The circuit schematics might be of high speed/high bandwidth photodetectors, digital interconnects between microprocessors/ADCs/DACs/FPGAs etc., low noise power supplies, high linearity/high bandwidth LED/LASER driver circuits etc. The expertise required would be that of high speed, high bandwidth design focused on signal integrity. We are looking for designs that can support SNR levels of 30+ dB. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
"status": "active",
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "There will be a option to extend each LOT by 1 x 12 month periods"
}
},
{
"id": "2",
"title": "PCB Production",
"description": "The PCB layouts referred to in LOT 1 would be manufactured and (less often) populated. We are looking for quality over quantity, as well as capability for rigid and flexible PCBs ideally, with focus on rigid ones. We would be manufacturing small number of prototypes for each design, but potentially a medium volume of different prototypes every month.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
"status": "active",
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "There will be a option to extend on a per lot basis by 1 x 12 month extensions"
}
},
{
"id": "3",
"title": "Optical Component Design and Manufacture",
"description": "Lot 3: Optical Component Design and Manufacture We are looking for subsystem delivery. What that means is multi-component optical systems that achieve given parameters. Preferably delivered in a custom mounting solution that works for our particular use.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
"status": "active",
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "There will be an option to extend on a per lot basis by 1 x 12 month extensions"
}
},
{
"id": "4",
"title": "Engineering Resources for Firmware/Software Development",
"description": "Lot 4: Engineering Resources for Firmware/Software Development We are looking to have ad-hoc use of engineers to work on projects as required. In particular we are looking for analog designers, opto-electronic engineers, firmware engineers and software engineers. The analog designers would have to be experienced in low noise circuits, high bandwidth circuits, and/or digital signal processing platforms. The opto-electronic engineers would be experienced in high speed optical detectors, high sensitivity optical detectors, and low noise optical detectors. The firmware engineers would be experienced in signal processing communication applications, low level driver/interface support for Ethernet, USB etc. The software engineers would also preferably have experience in communications, and be able to build the upper layers of the communication stack for use with LiFi. On occasion we might need software engineers specialized in developing applications for mobile platforms i.e. iOS, Android etc.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
"status": "active",
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "There will be an option to extend on a per lot basis by 1 x 12 month extensions"
}
},
{
"id": "5",
"title": "Firmware/Software Development",
"description": "Lot 5: Firmware/Software Development Firmware and software would need to be developed to support our platform development. As part of that higher layers of the communication protocol stack would need be implemented/adapted for use with lower PHY and MAC layers developed internally. Device drivers to enable support of our developed platforms on a variety of OSs would need implemented as well. Application specific software would also be required in order to enable demonstrator functionality as well.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
"status": "active",
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "There will be an option to extend on a per lot basis by 1 x 12 month extensions"
}
},
{
"id": "6",
"title": "LiFi System Prototyping",
"description": "Lot 6: LiFi System Prototyping Complete LiFi system prototyping based on a defined system architecture and performance specification might be required. Capability spanning all other lots would be required in order to deliver satisfactory results.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
"status": "active",
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "There will be an option to extend on a per lot basis by 1 x 12 month extensions"
}
},
{
"id": "7",
"title": "Mechanical Prototyping",
"description": "Lot 7: Mechanical Prototyping Mechanical design and manufacturing work will be required for enclosure design, as well as optics mounting apparatus. The work will span system design, 3D printing, as well as precision (order of 0.1 mm accuracy, which should be relatively straightforward) component manufacturing. We would require waterproof enclosures as well as weatherproof ones in addition to more traditional ones.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
"status": "active",
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "There will be an option to extend on a per lot basis by 1 x 12 month extensions"
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"contractTerms": {
"performanceTerms": "Please see the Specifications Folder for some further contractual expectation information."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2017-10-04T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Not Applicable to this Procurement"
},
{
"type": "economic",
"description": "Minimum Financial and Insurance requirements are detailed in the ESPD referenced: Applicable to all lots 4B2.1 and 4B5.1",
"minimum": "ESPD 4B.2.1 Statement Bidders will be required to have a minimum yearly turnover greater than 2 x the estimated annual value of the relevant LOT for the last three years in the business area covered by the framework. ESPD 4B.5 Statement It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employers Liability Cover (Compulsory) 10mil GBP Public Liability Cover (not required) Professional Indemnity: 1mil GBP Product Liability: 5mil GBP"
},
{
"type": "technical",
"description": "ESPD 4C.1.2 Statement Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Please provide a statement relevant to the applicable LOT to include previously completed relevant projects as well as relevant accreditations and expertise of staff members. Your response MUST NOT exceed two sides of A4 Weighting 50% ESPD 4C.3 Statement Bidders will be required to demonstrate that they have (or have access to) the appropriate technical facilities, study and research facilities and quality measures to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. Relevant to the LOT you are bidding for. Please Provide relevant experience using past project references and examples Your response should not be Greater than 2 sides of A4 and can Weighting 38% ESPD 4C.4 Statement Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. Info Only ESPD 4C.5 Statement Bidders will be required to confirm that they will allow checks to be conducted on their production and technical capacities if invited to tender and where necessary on the means of study and research facilities available to it and on the quality control measures employed. Info Only ESPD 4C.7 Statement Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements: Suppliers should indicate the work they are doing to minimise environmental impact in relation to use of conflict minerals and where they have a reuse and recycling policy in place relevant to the LOT applicable. Please reference the relevant university Policies and strategies located in the Specifications Folder Your response should not exceed 2 sides of A4 Weighting 6% ESPD 4C.9 Statement Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. Please provide your statement relevant to applicable LOT. Your response should not exceed 2 Sides of A4 Weighting 6% ESPD 4C.10 Statement Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. For Info only",
"minimum": "ESPD 4D.1 1st Statement Quality Management The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) ESPD 4D.1.1 1st Statement If the bidder does not hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), The bidder must have the following: A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. ESPD 4D.2 Statement The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate. 4D.2.1 If not, please explain why and specify which other means of proof concerning the environmental management systems or standards can be provided: ESPD 4D.2.1 Statement If the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, then the bidder must have the following: A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control)."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 3
}
},
"classification": {
"id": "71330000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "NOTE: For each lot, bidders must complete the ESPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement. If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must complete and reattach the ESPD Supplier Response Forms (MO Excel document) attached to ESPD questions 2C.1.1 (Technicians) and 2D.1.2 (Subcontractors) on PCS-T. These parties must complete the first three sections of the ESPD form, as well as any part of the section 4 selection criteria that the main bidder will rely upon the parties to fulfil. If parties have not yet been identified, this information may be required at a later date. The University reserves the right to request information from relevant parties upon whom the main bidder will not rely to meet the selection criteria. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 8695. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:507689)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000507689"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}