Award

  • Share to Microsoft Teams

EC0715 CBS Equipment Lot 6: Barrier Maintenance Solutions (Air Showers)

UNIVERSITY OF EDINBURGH

This public procurement record has 2 releases in its history.

Award

01 Nov 2018 at 00:00

Tender

29 Jun 2018 at 00:00

Summary of the contracting process

The University of Edinburgh is currently conducting an active procurement for the "EC0715 CBS Equipment Lot 6: Barrier Maintenance Solutions (Air Showers)" as part of a framework agreement valued at approximately £33 million. This procurement aims to secure the supply, installation, and technical support for air showers at the Institute for Regeneration and Repair (IRR) and other capital projects across Edinburgh. The procurement method used is an open procedure via Public Contracts Scotland's Tender portal. Key dates include a bid submission deadline of 10 August 2018, with the contract awarded on 31 October 2018.

This tender presents significant opportunities for businesses specialising in the supply and installation of biomedical research equipment and related services. Companies experienced in capital equipment projects and those familiar with the healthcare or educational sectors will find this a suitable competition. In particular, small and medium enterprises (SMEs) that demonstrate technical expertise and quality assurance capabilities are well-positioned to compete effectively, leveraging the framework that will enable them to participate in future related projects as well.

How relevant is this notice?

Notice Information

Notice Title

EC0715 CBS Equipment Lot 6: Barrier Maintenance Solutions (Air Showers)

Notice Description

The University invites tenders for the supply, installation and technical support for barrier maintenance solutions (air showers) for the Institute for Regeneration and Repair and other Capital Projects. This procurement was conducted via Public Contracts Scotland - Tender portal (PCS-T), project_10135, using a one stage Open Procedure. Bidders self-certified their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T. This contract is not lotted, but forms part of a family of congruent capital equipment Lots. Six other Frameworks / Lots have been published under the same EC0715 Reference Number under separate OJEU Notices.

Lot Information

Lot 1

Lot 6 - Barrier Maintenance Solutions (air showers). This forms part of a family of congruent capital equipment frameworks with an aggregate value of ca. 33 000 000.00 GBP. 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) - already published. Lot 2: Washing/Disinfection Solutions (cage, rack and cabinet washers) - now awarded. Lot 3: Steam Sterilisers (with H2O2) (steriliser with a range of volumes, configurations and facilities) - now awarded. Lot 4: Fumigation systems (fumigation chambers (stand alone), VHP generators, pass throughs) - already published. Lot 5: Containment (downdraft (surgical) tables) - already published. Lot 6: Barrier Maintenance (air showers) - this Lot Lot 7: Clean and dirty bedding handling systems (with dirty cage robotics) - now awarded.. 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. Contract value includes revenue (maintenance) cost estimates.

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 equipping projects at various sites across Edinburgh, as well as encompassing such ad hoc equipment requirements of a congruent nature which arise during the contract term.

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

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000528339
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV335981
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
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)

51 - Installation services (except software)


CPV Codes

38434540 - Biomedical equipment

51430000 - Installation services of laboratory equipment

Notice Value(s)

Tender Value
£1,529,667 £1M-£10M
Lots Value
£1,529,667 £1M-£10M
Awards Value
Not specified
Contracts Value
£49,997 Under £100K

Notice Dates

Publication Date
1 Nov 20187 years ago
Submission Deadline
10 Aug 2018Expired
Future Notice Date
Not specified
Award Date
31 Oct 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

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
UNIVERSITY OF EDINBURGH
Contact Name
Not specified
Contact Email
grace.neumann@ed.ac.uk, mmuir33@ed.ac.uk
Contact Phone
+44 1316502508, +44 1316509131

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

Supplier Information

Number of Suppliers
2
Supplier Names

SCANBUR

TECNIPLAST

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL323730
    EC0715 CBS Equipment Lot 6: Barrier Maintenance Solutions (Air Showers) - The University invites tenders for the supply, installation and technical support for barrier maintenance solutions (air showers) for the Institute for Regeneration and Repair (IRR) and other Capital Projects. This procurement will be conducted via Public Contracts Scotland - Tender portal (PCS-T), project_10135, using 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, but forms part of a family of congruent capital equipment Lots. Lots 2 (Cage, Rack and Cabinet Washers), 3 (Sterilisers) and 7 (Bedding Systems) are already published (OJEU References 2017/S 242-502531, 2018/S 013-025128 and 2018/S 019-038854). Subsequent Lots will be issued by separate Contract Notices.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV335981
    EC0715 CBS Equipment Lot 6: Barrier Maintenance Solutions (Air Showers) - The University invites tenders for the supply, installation and technical support for barrier maintenance solutions (air showers) for the Institute for Regeneration and Repair and other Capital Projects. This procurement was conducted via Public Contracts Scotland - Tender portal (PCS-T), project_10135, using a one stage Open Procedure. Bidders self-certified their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T. This contract is not lotted, but forms part of a family of congruent capital equipment Lots. Six other Frameworks / Lots have been published under the same EC0715 Reference Number under separate OJEU 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-r6ebe6-0000528339-2018-11-01T00:00:00Z",
    "date": "2018-11-01T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000528339",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-57",
            "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": "mmuir33@ed.ac.uk",
                "telephone": "+44 1316509131",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/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-186",
            "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": "Grace.Neumann@ed.ac.uk",
                "telephone": "+44 1316502508",
                "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"
            }
        },
        {
            "id": "org-251",
            "name": "Scanbur A/S",
            "identifier": {
                "legalName": "Scanbur A/S"
            },
            "address": {
                "streetAddress": "Silovej 16-18",
                "locality": "Karlslunde",
                "region": "DK02",
                "postalCode": "DK-2690"
            },
            "contactPoint": {
                "email": "siw@scanbur.com",
                "telephone": "+45 50865617"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-252",
            "name": "Tecniplast UK Ltd",
            "identifier": {
                "legalName": "Tecniplast UK Ltd"
            },
            "address": {
                "streetAddress": "BCM Box 3058",
                "locality": "London",
                "region": "UK",
                "postalCode": "WC1N 3XX"
            },
            "contactPoint": {
                "email": "David@TecniplastUK.com",
                "telephone": "+44 8450504556"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "University Of Edinburgh",
        "id": "org-186"
    },
    "tender": {
        "id": "EC0715",
        "title": "EC0715 CBS Equipment Lot 6: Barrier Maintenance Solutions (Air Showers)",
        "description": "The University invites tenders for the supply, installation and technical support for barrier maintenance solutions (air showers) for the Institute for Regeneration and Repair and other Capital Projects. This procurement was conducted via Public Contracts Scotland - Tender portal (PCS-T), project_10135, using a one stage Open Procedure. Bidders self-certified their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T. This contract is not lotted, but forms part of a family of congruent capital equipment Lots. Six other Frameworks / Lots have been published under the same EC0715 Reference Number under separate OJEU Notices.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "51430000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "The Institute for Regeneration and Repair at the Edinburgh BioQuarter site, Little France Drive, Edinburgh, postcode EH16, plus other sites across Edinburgh."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 1529667,
            "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": "2018-08-10T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-08-13T09:30:00Z"
        },
        "documents": [
            {
                "id": "JUL323730",
                "documentType": "contractNotice",
                "title": "EC0715 CBS Equipment Lot 6: Barrier Maintenance Solutions (Air Showers)",
                "description": "The University invites tenders for the supply, installation and technical support for barrier maintenance solutions (air showers) for the Institute for Regeneration and Repair (IRR) and other Capital Projects. This procurement will be conducted via Public Contracts Scotland - Tender portal (PCS-T), project_10135, using 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, but forms part of a family of congruent capital equipment Lots. Lots 2 (Cage, Rack and Cabinet Washers), 3 (Sterilisers) and 7 (Bedding Systems) are already published (OJEU References 2017/S 242-502531, 2018/S 013-025128 and 2018/S 019-038854). Subsequent Lots will be issued by separate Contract Notices.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL323730",
                "format": "text/html"
            },
            {
                "id": "NOV335981",
                "documentType": "awardNotice",
                "title": "EC0715 CBS Equipment Lot 6: Barrier Maintenance Solutions (Air Showers)",
                "description": "The University invites tenders for the supply, installation and technical support for barrier maintenance solutions (air showers) for the Institute for Regeneration and Repair and other Capital Projects. This procurement was conducted via Public Contracts Scotland - Tender portal (PCS-T), project_10135, using a one stage Open Procedure. Bidders self-certified their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T. This contract is not lotted, but forms part of a family of congruent capital equipment Lots. Six other Frameworks / Lots have been published under the same EC0715 Reference Number under separate OJEU Notices.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV335981",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Lot 6 - Barrier Maintenance Solutions (air showers). This forms part of a family of congruent capital equipment frameworks with an aggregate value of ca. 33 000 000.00 GBP. 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) - already published. Lot 2: Washing/Disinfection Solutions (cage, rack and cabinet washers) - now awarded. Lot 3: Steam Sterilisers (with H2O2) (steriliser with a range of volumes, configurations and facilities) - now awarded. Lot 4: Fumigation systems (fumigation chambers (stand alone), VHP generators, pass throughs) - already published. Lot 5: Containment (downdraft (surgical) tables) - already published. Lot 6: Barrier Maintenance (air showers) - this Lot Lot 7: Clean and dirty bedding handling systems (with dirty cage robotics) - now awarded.. 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. Contract value includes revenue (maintenance) cost estimates.",
                "status": "complete",
                "value": {
                    "amount": 1529667,
                    "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 equipping projects at various sites across Edinburgh, as well as encompassing such ad hoc equipment requirements of a congruent nature which arise during the contract term."
                },
                "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."
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "80"
                        },
                        {
                            "type": "cost",
                            "name": "Whole life cost",
                            "description": "20"
                        }
                    ]
                }
            }
        ],
        "bidOpening": {
            "date": "2018-08-13T09:30:00Z"
        },
        "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 3 059 334.00 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 3 059 334.00 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 1.5. Acid Test Ratio should be equal to or exceed 1.0. 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 2,000,000 GBP Professional Indemnity Insurance = a minimum of 1,000,000 GBP Product Liability Insurance = any one incident a minimum of 5,000,000 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 6) 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": "2019-08-09T00:00:00Z"
            }
        },
        "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": "38434540",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "This framework 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 was tendered via Public Contracts Scotland - Tender (PCS-T) website as a vanguard procurement, project_10135. It will also be used to equip future capital equipping projects in and around Edinburgh as detailed in the Invitation to Tender. Other Lots of congruent equipment have been tendered via PCS-T as separate Projects using this EC0715 framework as a template. (SC Ref:561296)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000528339"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000528339"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "EC0715 Lot 6",
            "suppliers": [
                {
                    "id": "org-251",
                    "name": "Scanbur A/S"
                },
                {
                    "id": "org-252",
                    "name": "Tecniplast UK Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "EC0715 Lot 6",
            "awardID": "EC0715 Lot 6",
            "status": "active",
            "value": {
                "amount": 49997,
                "currency": "GBP"
            },
            "dateSigned": "2018-10-31T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 125-284428"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "435",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "436",
                "measure": "smeBids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "437",
                "measure": "foreignBidsFromEU",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "438",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "1"
            }
        ]
    }
}