Award

Lot 3 Steam Sterilisers (with H2O2)

UNIVERSITY OF EDINBURGH

This public procurement record has 3 releases in its history.

Award

31 May 2018 at 00:00

TenderUpdate

23 Jan 2018 at 00:00

Tender

14 Dec 2017 at 00:00

Summary of the contracting process

The University of Edinburgh is currently conducting a procurement process for the supply, installation, and maintenance of biomedical research equipment, specifically targeting "Lot 3 - Steam Sterilisers (with H2O2)". This procurement is categorised under the goods industry, primarily focusing on biomedical equipment and associated capital infrastructure projects. The procurement is being conducted through an open procedure, with the tender process having previously been initiated in January 2018. The deadline for tender submission is set for 26th January 2018, and delivery is expected at various sites across Edinburgh, including the Institute for Regeneration and Repair at the Edinburgh BioQuarter.

This procurement presents a significant opportunity for businesses, especially those specialising in biomedical equipment, manufacturing, and related services. Companies with a proven track record in supplying and maintaining technical equipment for research settings would find this tender particularly relevant. With an overall contract value of approximately £1.44 million, there is potential for business growth within the academic and research sectors by fulfilling the requirements of the University while also adhering to the social, environmental, and labour obligations stipulated in the tender documentation.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Lot 3 Steam Sterilisers (with H2O2)

Notice Description

Lot 3 - Steam Sterilisers (with H2O2). This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open Procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III of this OJEU Contract Notice when completing the ESPD in PCS-T. This contract is not lotted; however it forms part of a family of congruent capital equipment Lots. Subsequent Lots will be issued by separate Contract Notices.

Lot Information

Lot 1

Lot 3 - Steam Steriliser (with H2O2). This forms part of a family of congruent capital equipment Lots with an overall aggregate value of ca. 29 897 235.00 GBP. Subsequent Lots will be issued by separate Contract Notices. The overall CBS equipment procurement comprises: Lot 1: Hotel and Welfare Processing Solutions (bottles, cages, IVC systems, IVC cage racks, IVC transport trolleys, change stations). Lot 2: Washing/Disinfection Solutions (rack washer, bottle washer). Lot 3: Steam Sterilisers (with H2O2) (steriliser with a range of volumes, configurations and facilities). Lot 4: Fumigation systems (fumigation chambers (stand alone), fumigation generator (stand alone). Lot 5: Containment (downdraft (surgical) tables. Lot 6: Barrier Maintenance (air shower) Lot 7: Clean and dirty bedding handling systems (with dirty cage robotics) (cage filling station, cage emptying, cage empting robotics, localised laminar flow).. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Options: This framework agreement will provide a procurement vehicle for equipping the University's new Institute for Regeneration and Repair as a vanguard project. It will also support other capital infrastructure projects at various sites across Edinburgh, as well as encompassing other ad hoc equipment requirements of a congruent nature which arise during the contract term. Options will be identified in each Lot as they are published.

Renewal: Two additional contract term extensions each of two years are allowed for, at the University's sole discretion.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000513314
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN320825
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products


CPV Codes

33191000 - Sterilisation, disinfection and hygiene devices

Notice Value(s)

Tender Value
£1,440,000 £1M-£10M
Lots Value
£1,440,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
31 May 20187 years ago
Submission Deadline
26 Jan 2018Expired
Future Notice Date
Not specified
Award Date
30 May 20187 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

Contracting Authority (Buyer)

Main Buyer
UNIVERSITY OF EDINBURGH
Contact Name
Caroline Brown, Tony Newjem, Senior Supply Chain Manager
Contact Email
c.m.brown@ed.ac.uk, tony.newjem@ed.ac.uk
Contact Phone
+44 1316502508, +44 1316509136

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=DEC304328
    Lot 3 Steam Sterilisers (with H2O2) - Lot 3 - Steam Sterilisers (with H2O2). This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open Procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III of this OJEU Contract Notice when completing the ESPD in PCS-T. This contract is not lotted; however it forms part of a family of congruent capital equipment Lots. Subsequent Lots will be issued by separate Contract Notices.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN320825
    Lot 3 Steam Sterilisers (with H2O2) - Lot 3 - Steam Sterilisers (with H2O2). This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open Procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III of this OJEU Contract Notice when completing the ESPD in PCS-T. This contract is not lotted; however it forms part of a family of congruent capital equipment Lots. Subsequent Lots will be issued by separate Contract Notices.

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000513314-2018-05-31T00:00:00Z",
    "date": "2018-05-31T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000513314",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-28",
            "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": "Caroline Brown",
                "email": "c.m.brown@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/schools-departments/procurement/supplying"
            }
        },
        {
            "id": "org-4",
            "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": "Tony Newjem, Senior Supply Chain Manager",
                "email": "Tony.Newjem@ed.ac.uk",
                "telephone": "+44 1316509136",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
            }
        },
        {
            "id": "org-25",
            "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": "Tony Newjem, Senior Supply Chain Manager",
                "email": "Tony.Newjem@ed.ac.uk",
                "telephone": "+44 1316509136",
                "url": "http://"
            },
            "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"
            }
        }
    ],
    "buyer": {
        "name": "University Of Edinburgh",
        "id": "org-25"
    },
    "tender": {
        "id": "EC0715 CBS",
        "title": "Lot 3 Steam Sterilisers (with H2O2)",
        "description": "Lot 3 - Steam Sterilisers (with H2O2). This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open Procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III of this OJEU Contract Notice when completing the ESPD in PCS-T. This contract is not lotted; however it forms part of a family of congruent capital equipment Lots. Subsequent Lots will be issued by separate Contract Notices.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "33191000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "University of Edinburgh Institute for Regeneration and Repair at the Edinburgh BioQuarter site, plus other sites across Edinburgh."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 1440000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2018-01-26T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-01-30T09:30:00Z"
        },
        "documents": [
            {
                "id": "DEC304328",
                "documentType": "contractNotice",
                "title": "Lot 3 Steam Sterilisers (with H2O2)",
                "description": "Lot 3 - Steam Sterilisers (with H2O2). This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open Procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III of this OJEU Contract Notice when completing the ESPD in PCS-T. This contract is not lotted; however it forms part of a family of congruent capital equipment Lots. Subsequent Lots will be issued by separate Contract Notices.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC304328",
                "format": "text/html"
            },
            {
                "id": "JUN320825",
                "documentType": "awardNotice",
                "title": "Lot 3 Steam Sterilisers (with H2O2)",
                "description": "Lot 3 - Steam Sterilisers (with H2O2). This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open Procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III of this OJEU Contract Notice when completing the ESPD in PCS-T. This contract is not lotted; however it forms part of a family of congruent capital equipment Lots. Subsequent Lots will be issued by separate Contract Notices.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN320825",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Lot 3 - Steam Steriliser (with H2O2). This forms part of a family of congruent capital equipment Lots with an overall aggregate value of ca. 29 897 235.00 GBP. Subsequent Lots will be issued by separate Contract Notices. The overall CBS equipment procurement comprises: Lot 1: Hotel and Welfare Processing Solutions (bottles, cages, IVC systems, IVC cage racks, IVC transport trolleys, change stations). Lot 2: Washing/Disinfection Solutions (rack washer, bottle washer). Lot 3: Steam Sterilisers (with H2O2) (steriliser with a range of volumes, configurations and facilities). Lot 4: Fumigation systems (fumigation chambers (stand alone), fumigation generator (stand alone). Lot 5: Containment (downdraft (surgical) tables. Lot 6: Barrier Maintenance (air shower) Lot 7: Clean and dirty bedding handling systems (with dirty cage robotics) (cage filling station, cage emptying, cage empting robotics, localised laminar flow).. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "value": {
                    "amount": 1440000,
                    "currency": "GBP"
                },
                "options": {
                    "description": "This framework agreement will provide a procurement vehicle for equipping the University's new Institute for Regeneration and Repair as a vanguard project. It will also support other capital infrastructure projects at various sites across Edinburgh, as well as encompassing other ad hoc equipment requirements of a congruent nature which arise during the contract term. Options will be identified in each Lot as they are published."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Two additional contract term extensions each of two years are allowed for, at the University's sole discretion."
                }
            }
        ],
        "bidOpening": {
            "date": "2018-01-30T09:30:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Once the framework has been awarded, the Main Contractor for each project may be asked to place the order(s) and sign formal Contracts for the supply, installation and commissioning of the Equipment on behalf of the University. If this route is undertaken, the Main Contractor and The Tenderer shall agree sub-contractor terms based on JCT or NEC Traditional Build sub-contractor terms. (Balfour Beatty is the Main Contractor for the Institute of Regeneration and Repair, and their sub-contractor terms appear as a Schedule to the Invitation to Tender Document.) 1. The Tenderer may be required to provide a Collateral Warranty to the University. 2. Certain parts of the Contract may need to be delivered directly to the University, e.g. warranty and training. 3. Ownership and title transfers to the University at Practical Completion. This may vary between projects over the life of the Framework Agreement, although it is envisaged that the larger projects shall have this structure."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Not applicable to this procurement exercise."
                },
                {
                    "type": "economic",
                    "description": "ESPD 4B.1.1 Statement Bidders will be required to have a minimum \"general\" yearly turnover of 2 880 000.00 GBP for the last two years preceding the date of this Contract Notice. ESPD 4B.2.1 Statement Bidders will be required to have a minimum yearly turnover of 2 880 000.00 GBP in the business area covered by the contract (Biomedical Research Equipment) for each of the last two years preceding the date of this Contract Notice. ESPD 4B.3 Statement Where turnover information is not available for the period requested, the bidder will be required to state the date that they were set up/started trading. ESPD 4B.4 Statement Bidders will be required to state the value(s) for the following financial ratio(s): Current Ratio, defined as Current Assets divided by Current Liabilities; and Acid Test Ratio defined as (Current Assets - Stock) divided by Current Liabilities. The acceptable range for each financial ratio is: Current Ratio should be equal to or exceed 2.0. Acid Test Ratio should be equal to or exceed 1.5. ESPD 4B.5.1 and 4B.5.2 Statements 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 = a minimum of 5,000,000 GBP Public Liability Insurance = any one incident a minimum of 10,000,000 GBP Professional Indemnity Insurance = a minimum of 5,000,000 GBP Product Liability Insurance = any one incident a minimum of 10,000,000 GBP. http://www.hse.gov.uk/pubns/hse40.pdf ESPD 4B.6 Statement Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations, and have available their two most recent sets of annual audited accounts including profit and loss information."
                },
                {
                    "type": "technical",
                    "description": "ESPD 4C.1.2 Statement Bidders will be required to provide 3 examples from the previous 5 years that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 (Lot 3) of the OJEU Contract Notice. These examples must be of comparable value and complexity to the current requirement. Responses should be clearly labelled and provided in a single document attached to the response box in PCS-T. Responses should contain the following information for each example: Project Value Dates Client contact information Description of Project Client testimonials if available Note: if you are unable to provide examples please explain why. ESPD 4C.2.1 Statement Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. 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. 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. ESPD 4C.8.1 Statement Bidders will be required to confirm their average annual manpower for the last three years. ESPD 4C.8.2 Statement Bidders will be required to confirm their and the number of managerial staff for the last three years. 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. ESPD 4C.10 Statement Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. ESPD 4C.11 Statement Bidders must confirm that they will provide samples, descriptions and/or photographs of the products to be supplied which do not require a certificate of authenticity ESPD 4C.11.1 Statement The bidder must confirm that they will provide certificates of authenticity where required.",
                    "minimum": "ESPD 4D.1.1 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). 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, which 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. 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 procedures 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": {
                "endDate": "2019-01-25T00:00:00Z"
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 3,
                "periodRationale": "The agreement has an intended maximum term of 8 years, including options. This is justified by the subject matter of the framework agreement, which is to equip a series of interlinked research projects spanning at least 8 years, which require a high degree of compatibility, interoperability and commonality of equipment, including associated spare parts holdings and maintenance support contracts."
            }
        },
        "classification": {
            "id": "33191000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "amd-4",
                "description": "Request from candidates concerned for time extension following release of technical clarifications.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2018-01-26T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2018-02-02T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2019-01-25T00:00:00Z"
                        },
                        "newValue": {
                            "date": "2019-02-01T00:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.6",
                            "label": "Minimum time frame during which the tenderer must maintain the tender"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2018-01-30T09:30:00Z"
                        },
                        "newValue": {
                            "date": "2018-02-05T09:30:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "description": "This agreement is for the supply, installation and maintenance of biomedical research equipment for the Institute for Regeneration and Repair, due to complete in 2019. It will be tendered via Public Contracts Scotland - Tender (PCS-T) website as a Pathfinder procurement, project reference 9243. It will also be used to equip future capital projects in and around Edinburgh as detailed in the Invitation to Tender. Other Lots of congruent equipment will be tendered via PCS-T as separate Projects using this EC0715 framework as a template. Candidates are required to submit a completed Non-Disclosure Agreement before site plans are released via PCS-T. The minimum period for receipt of tenders has been extended accordingly. This procurement includes additional procurement-specific pass/fail minimum requirements, detailed in the Qualification Envelope in PCS-T and associated attachment. NOTE: Bidders must complete the ESPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement. Exclusion statement: Bidders and subcontractors engaged in the delivery of this contract may be excluded if they have not met applicable social, environmental and labour obligations under national, EU, and international law (ESPD section 3D refers). Without prejudice to other relevant duties, suppliers should note this includes obligations for certain organisations under: -the Modern Slavery Act 2015 -the ILO conventions and other measures listed in Annex X of Directive 2014/24/EU -the Equality Act 2010 -the Employment Relations Act 1999 (Blacklists) Regulations 2010 - this is grounds for mandatory exclusion or termination at any procurement or contract stage. At any stage, bidders and/or subcontractors may be required to provide statements and means of proof demonstrating their compliance with these obligations or the reliability of their self-cleansing measures, including the annual statement as provided for by section 54 of the Modern Slavery Act. NB: The buyer is using PCS-Tender for this procurement. This is a separate website; if you are not already registered, registration is required. To access PCS-Tender, record your interest in this notice and access the tender documentation please visit https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code project_9243 under ITTs Open to All Suppliers. Please use the Search/Filter function, and then select Project Code from the dropdown. Once you have expressed interest in the ITT it will move to your My ITTs area. For further information on using PCS-Tender, please read the Supplier Response Guide: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel (SC Ref: 513314). (SC Ref:544083)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000513314"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000513314"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000513314"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "Framework Agreement",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "Framework Agreement",
            "awardID": "Framework Agreement",
            "status": "active",
            "dateSigned": "2018-05-30T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2017/S 242-502531"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "21",
                "measure": "lowestValidBidValue",
                "value": 251192.86
            },
            {
                "id": "22",
                "measure": "highestValidBidValue",
                "value": 456958
            }
        ]
    }
}