Notice Information
Notice Title
Network Refresh
Notice Description
The University has appointed a Supplier to provide a network solution, encompassing the below: 1. Core Network 2. Distribution 3. Edge Network 4. Wireless Network 5. Firewalls & Security Features 6. Management & Monitoring Tools 7. Deployment 8. Support & Maintenance
Lot Information
Lot 1
The University data network is a key infrastructure component supporting the delivery of teaching, learning, research and business operation for the University's staff and 41,300 full and part time students. Under investment over the past ten years has resulted in failure to keep pace with necessary technology refresh, therefore creating a large amount of technical debt. The University, like all other Universities, faces the challenge of the network being increasingly relied on for more services being accessed through more devices. Teaching, learning and research services all fundamentally rely on the network for the creation, distribution and access of content and material. In addition, the network is also a key foundation for operational services. As such, the University data network needs to offer a strong, flexible foundation to support the University's requirements moving forward. It needs to offer greater capacity for more devices and greater amounts of data, it needs to provide stability and resilience to allow teaching, learning and research activities to take place unhindered, whilst also providing support for critical operational services such as telephony and building management. Most importantly, it needs to ensure all of these elements are supported in an environment which is secure, scalable, easily managed and auditable. The high level scope of the procurement is as follows: 1. Core Network 2. Distribution 3. Edge Network 4. Wireless Network 5. Firewalls & Security Features 6. Management & Monitoring Tools 7. Deployment 8. Support & Maintenance
Options: Equipment and services for delivery of the University data networking, including: - information security network controls - network management and monitoring - installation and support services - services to improve quality and coverage of mobile telephony - performance and facility options for wireless and wired networks - exit services
Renewal: Initial 5-year contract with possible 2 year extensions (maximum 4 extensions). Extension options will act as breakpoints for contract review and allow for a refresh of the network should this be required.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000511065
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL358857
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Competitive dialogue
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
-
- CPV Codes
32400000 - Networks
32420000 - Network equipment
32428000 - Network upgrade
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- £6,200,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £9,447,964 £1M-£10M
Notice Dates
- Publication Date
- 28 Jun 20196 years ago
- Submission Deadline
- 16 Oct 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 21 Jun 20196 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Should the maximum number of extensions be exercised (5+2+2+2+2) this contract will be due for renewal in 2031.
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF EDINBURGH
- Contact Name
- Jen Paterson
- Contact Email
- gordon.whittaker@ed.ac.uk, jen.paterson@ed.ac.uk
- Contact Phone
- +44 1316502759, +44 1316514575
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=SEP295548
Network Refresh - The University wishes to appoint a Supplier to provide a network solution, encompassing the below: 1. Core Network 2. Distribution 3. Edge Network 4. Wireless Network 5. Internal and Wireless Firewall 6. Management & Monitoring Tools 7. Deployment 8. Support & Maintenance This project will not be divided into lots due to its complexity. In accordance with Reg 27(4) of The Public Contracts (Scotland) Regulations 2015, use of this procedure is justified on the basis that the supplies and services cannot be sufficiently defined and require supplier technical design input. The complexity of this project and need to mitigate risk on technical, financial, legal and reputational dimensions, necessitates dialogue. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T, and may be required to submit Means of Proof at a later stage. When completing the ESPD, bidders must have regard for the selection requirements detailed in Section III of this OJEU Notice. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL358857
Network Refresh - The University has appointed a Supplier to provide a network solution, encompassing the below: 1. Core Network 2. Distribution 3. Edge Network 4. Wireless Network 5. Firewalls & Security Features 6. Management & Monitoring Tools 7. Deployment 8. Support & Maintenance
Notice URLs
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-r6ebe6-0000511065-2019-06-28T00:00:00Z",
"date": "2019-06-28T00:00:00Z",
"ocid": "ocds-r6ebe6-0000511065",
"initiationType": "tender",
"parties": [
{
"id": "org-42",
"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": {
"name": "Jen Paterson",
"email": "jen.paterson@ed.ac.uk",
"telephone": "+44 1316514575",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer",
"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/schools-departments/procurement/supplying"
}
},
{
"id": "org-136",
"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": "Gordon.Whittaker@ed.ac.uk",
"telephone": "+44 1316502759",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Higher Education",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
},
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
}
],
"url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
}
},
{
"id": "org-466",
"name": "European Electronique Ltd",
"identifier": {
"legalName": "European Electronique Ltd"
},
"address": {
"streetAddress": "Forward House, Oakfield Industrial Estate, Oxon",
"locality": "Eynsham",
"region": "UKJ14",
"postalCode": "OX29 4TT"
},
"contactPoint": {
"telephone": "+44 1865883300",
"faxNumber": "+44 1865883371"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
}
],
"buyer": {
"name": "University Of Edinburgh",
"id": "org-136"
},
"tender": {
"id": "EC0773",
"title": "Network Refresh",
"description": "The University has appointed a Supplier to provide a network solution, encompassing the below: 1. Core Network 2. Distribution 3. Edge Network 4. Wireless Network 5. Firewalls & Security Features 6. Management & Monitoring Tools 7. Deployment 8. Support & Maintenance",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "32420000",
"scheme": "CPV"
},
{
"id": "32428000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1",
"deliveryLocation": {
"description": "University of Edinburgh"
}
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive dialogue",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2017-10-16T12:00:00Z"
},
"documents": [
{
"id": "SEP295548",
"documentType": "contractNotice",
"title": "Network Refresh",
"description": "The University wishes to appoint a Supplier to provide a network solution, encompassing the below: 1. Core Network 2. Distribution 3. Edge Network 4. Wireless Network 5. Internal and Wireless Firewall 6. Management & Monitoring Tools 7. Deployment 8. Support & Maintenance This project will not be divided into lots due to its complexity. In accordance with Reg 27(4) of The Public Contracts (Scotland) Regulations 2015, use of this procedure is justified on the basis that the supplies and services cannot be sufficiently defined and require supplier technical design input. The complexity of this project and need to mitigate risk on technical, financial, legal and reputational dimensions, necessitates dialogue. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T, and may be required to submit Means of Proof at a later stage. When completing the ESPD, bidders must have regard for the selection requirements detailed in Section III of this OJEU Notice.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP295548",
"format": "text/html"
},
{
"id": "JUL358857",
"documentType": "awardNotice",
"title": "Network Refresh",
"description": "The University has appointed a Supplier to provide a network solution, encompassing the below: 1. Core Network 2. Distribution 3. Edge Network 4. Wireless Network 5. Firewalls & Security Features 6. Management & Monitoring Tools 7. Deployment 8. Support & Maintenance",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL358857",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The University data network is a key infrastructure component supporting the delivery of teaching, learning, research and business operation for the University's staff and 41,300 full and part time students. Under investment over the past ten years has resulted in failure to keep pace with necessary technology refresh, therefore creating a large amount of technical debt. The University, like all other Universities, faces the challenge of the network being increasingly relied on for more services being accessed through more devices. Teaching, learning and research services all fundamentally rely on the network for the creation, distribution and access of content and material. In addition, the network is also a key foundation for operational services. As such, the University data network needs to offer a strong, flexible foundation to support the University's requirements moving forward. It needs to offer greater capacity for more devices and greater amounts of data, it needs to provide stability and resilience to allow teaching, learning and research activities to take place unhindered, whilst also providing support for critical operational services such as telephony and building management. Most importantly, it needs to ensure all of these elements are supported in an environment which is secure, scalable, easily managed and auditable. The high level scope of the procurement is as follows: 1. Core Network 2. Distribution 3. Edge Network 4. Wireless Network 5. Firewalls & Security Features 6. Management & Monitoring Tools 7. Deployment 8. Support & Maintenance",
"status": "complete",
"value": {
"amount": 6200000,
"currency": "GBP"
},
"options": {
"description": "Equipment and services for delivery of the University data networking, including: - information security network controls - network management and monitoring - installation and support services - services to improve quality and coverage of mobile telephony - performance and facility options for wireless and wired networks - exit services"
},
"hasOptions": true,
"secondStage": {
"maximumCandidates": 10
},
"selectionCriteria": {
"description": "This Procurement will be conducted as a Competitive Dialogue and the whole process will be conducted via the Public Contract Scotland-Tender (PCS-T) Portal. All queries about this procurement must be made via the PCS-T messaging system. For further instructions, please refer to the ESPD Guidance document attached to this project in PCS-T. We will apply the following process: INITIAL STAGE - ESPD PRE-QUALIFICATION: Pre-Qualification via the ESPD (Scotland). The ESPD asks bidders general questions; when completing, bidders must have regard for the statements in this OJEU Notice and the ESPD Guidance document that detail specific requirements. Please note that full statements are available in ESPD Guidance document, while OJEU Notice statements are summarised due to character restrictions. Bidders must: a) Pass the minimum standards in ESPD Sections 4A, 4B, and 4D in the PCS-T Qualification envelope. Statements for these questions can be found in the ESPD Guidance document and Sections III.1.1, III.1.2 and III.1.3 (\"Minimum level(s) of standards possibly required\") of this Notice. b) Complete the scored ESPD Section 4C found in the PCS-T Technical envelope. Statements for these questions can be found in the ESPD guidance document and Section III.1.3 (\"List and brief description of selection criteria\") of this Notice. Section 4C will be scored as per the scoring methodology detailed below. We will take the highest scoring 10 suppliers scoring 50% and above through to the ITPD stage and they will be invited to submit and present on an Outline Solution. Should the number of suppliers scoring 50% and above be less than 10, the maximum number of suppliers meeting this threshold will be invited to submit and present on an Outline Solution. Objective Criteria for Shortlisting - ESPD Section 4C scoring method: 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. 2 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. Scored ESPD Section 4C question weighting: 4C.1.2 Experience Statement 1 (15 percent) 4C.1.2 Experience Statement 2 (13 percent) 4C.1.2 Experience Statement 3 (13 percent) 4C.1.2 Experience Statement 4 (13 percent) 4C.1.2 Experience Statement 5 (13 percent) 4C.6 Educational & Professional Qualifications Statement (10 percent) 4C.8.1 Manpower Statement 1 (5 percent) 4C.8.1 Manpower Statement 2 (6 percent) 4C.12 Quality Control Statement (12 percent) STAGE 1 - ISSUE OF ITPD TO QUALIFIED BIDDERS STAGE 2 - DIALOGUE PHASE WITH 5 BIDDERS STAGE 3 - DIALOGUE PHASE WITH 3 BIDDERS STAGE 4 - DIALOGUE WITH 2 BIDDERS FINAL STAGE - CONTRACT AWARD NOTE: In PCS-T, responses to ESPD 4C.1.2 should be given as clearly labelled attachments to this question. Responses for the remaining 4C questions should be clearly labelled and attached to the General Attachments area in the PCS-T. Where multiple statements correspond to a single ESPD question, suppliers must have regard for all statements when submitting responses."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "Initial 5-year contract with possible 2 year extensions (maximum 4 extensions). Extension options will act as breakpoints for contract review and allow for a refresh of the network should this be required."
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "70"
},
{
"type": "cost",
"name": "Cost",
"description": "30"
}
]
}
}
],
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"successiveReduction": true,
"invitationDate": "2017-10-30T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "ESPD 4A.2 Statement Bidders must confirm that they have held for the preceding 12 months and will maintain for the duration of the contract, a level of manufacturer accreditation appropriate to the design, implementation and support for all components of an enterprise network solution of the scale and complexity required by the University."
},
{
"type": "economic",
"description": "ESPD 4B.1.1 Statement Bidders will be required to have a minimum \"general\" yearly turnover of 18m GBP for the last 3 years ESPD 4B.3 Statement Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading. ESPD 4B.5.1 and 4B.5.2 Statement It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 5m GBP Public Liability Insurance = 10m GBP Professional Indemnity Insurance = 5m GBP Product Liability Insurance = 5m GBP http://www.hse.gov.uk/pubns/hse40.pdf ESPD 4B.6 Statement 1: Where the bidder is providing a submission on behalf of a subsidiary company, upon request, the bidder must obtain a Parent Company Guarantee prior to commencement of any subsequently awarded contract. ESPD 4B.6 Statement 2: Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations. Bidders must provide their 2 most recent sets of annual audited accounts, including profit and loss information, and the following ratios: Current Ratio Quick Ratio Debtors Turnover Ratio Return on Assets Working Capital Debt to Equity Ratio Gross Profit Ratio A review of your ratios and audited accounts will be undertaken. In some cases this review may lead to an additional request for further financial information to help clarify any potential issues raised."
},
{
"type": "technical",
"description": "BELOW ARE SUMMARISED STATEMENTS ONLY. BIDDERS MUST REFER TO FULL STATEMENTS IN SECTION 4C OF THE ESPD GUIDANCE DOCUMENT ATTACHED IN PCS-T. ESPD 4C.1.2 Statements Statement 1: Bidders will be required to provide a minimum of two and a maximum of four example projects, within the last three years, which demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice and fully detailed in the 'Draft ITPD'. These projects should be of similar scale and complexity to this contract, namely network infrastructure deployment or replacement, project management and ongoing service & support. An average score will be awarded for statement 1. For Statements 2 - 5, your responses must refer to projects provided in Statement 1. Statement 2: Provide information on a project where you supplied and installed a solution of an equivalent size and scale to that required by the University, incorporating wired LAN infrastructure & wireless LAN infrastructure, and demonstrates evidence of partnership working with manufacturers. Statement 3: Provide information on a project where you implemented a solution of an equivalent size and scale to that required by the University, incorporating transitioning services from the old to new infrastructure while the network was in daily use, and managing the implementation of the new infrastructure. Statement 4: Provide information on a project where you encountered challenges whilst implementing a solution to that similar required by the University. Please detail the process you followed, including any innovation during design, build, implementation and support, and the outcome. Additionally provide details of any alterations/improvements that you have made to your processes and/or products as a result. Statement 5: Provide information on a project where steps were taken to deliver value both in initial project rollout phase and to deliver cost-savings ongoing, e.g. through the use of guaranteed discount levels or purchasing agreements. ESPD 4C.6 Statement The bidder should provide details of any professional qualifications / accreditations held by their organisation (as distinct from individual members of their staff) which they believe to be relevant to projects of similar size, nature and scale to the University's requirements. Your answer may include, but is not limited to, certification or equivalent recognised standard to: - ISO/IEC 20000/1 (ITIL) - ISO/IEC 27000/1:2013 - UK Government Cyber Essentials - Cyber Essentials Plus - IASME Standard ESPD 4C.8.1 Statements Statement 1: Bidders are required to demonstrate that they have appropriate human resources available to deliver the requirements of a contract of a similar size and scale to the University's. Bidders should detail the number of FTE (35 hour/week) staff or contractors, with knowledge and experience relevant and commensurate to projects of similar nature, size and scale. Statement 2: The University requires the appropriate resources to be deployed, with the optimal level of skills, capabilities, experience and technical knowledge for the duration of the contract. Bidders must explain their current processes and practices to manage resources in order to deliver services that meet their customers' requirements taking into account fluctuations in business levels and volume of work over the last 3 years. ESPD 4C.12 Statement Bidders must outline their current processes and practices in order to record, monitor and manage customer satisfaction over the last 5 years. The response should detail how such feedback has been used to deliver continuous improvement to customers.",
"minimum": "ESPD 4D.1 Statements Statement 1: 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). Statement 2: Health & Safety The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. ESPD 4D.1.1 Statements Statement 1: Quality Management 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 and procedures 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. Statement 2: Health & Safety If the bidder does not hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum, then the bidder must have the following: Regularly reviewed and documented policy and procedures for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation. Note - Organisations with fewer than five employees are not required by law to have a documented policy statement. 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 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 and procedure 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"
]
},
"classification": {
"id": "32400000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "Should the maximum number of extensions be exercised (5+2+2+2+2) this contract will be due for renewal in 2031."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "(SC Ref:580224)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000511065"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000511065"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "EC0773",
"suppliers": [
{
"id": "org-466",
"name": "European Electronique Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "EC0773",
"awardID": "EC0773",
"status": "active",
"value": {
"amount": 9447964,
"currency": "GBP"
},
"dateSigned": "2019-06-21T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 177-361960"
}
],
"bids": {
"statistics": [
{
"id": "503",
"measure": "bids",
"value": 3,
"relatedLot": "1"
}
]
}
}