Tender

Internet of Things

SCOTTISH GOVERNMENT

This public procurement record has 1 release in its history.

Tender

03 Jul 2019 at 00:00

Summary of the contracting process

The Scottish Government has initiated a procurement for a Dynamic Purchasing System (DPS) aimed at Internet of Things (IoT) services, identified as project SP-18-033. Located in Glasgow, this procurement process is currently in the active tender stage, with a submission deadline set for 18th August 2021. The procurement method is classified as selective, and it falls under the main procurement category of services, specifically within the general public services industry. Interested participants must comply with technical and economic criteria established for prospective bidders seeking entry into the DPS.

This tender presents significant growth opportunities for businesses operating in the technology and data analytics sectors, particularly those specialising in IoT solutions such as device management, data analytics, and cybersecurity. Companies with expertise in integrating IoT technologies, offering innovative data management systems, or providing essential security measures will find this competitive environment particularly well-suited for their capabilities. Moreover, given the anticipated growth of IoT applications within the Scottish public sector, successful bidders could expect contract values ranging from thousands to multi-million pounds, fostering business expansion and innovation in this emerging market.

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

Internet of Things

Notice Description

The Authority is establishing a collaborative Dynamic Purchasing System (DPS) for Internet of Things (IoT). The main purpose of IoT is to collect and exchange data to create value. IoT is a system of physical objects or things, embedded with sensors, software, electronics and connectivity to enable improvements in performance by exchanging information or data with other connected devices over the internet which can generate useful information. Public sector organisations can make use of this data directly or via analytics tools to allow timely decisions and actions to be taken. The Scottish public sector is at an early stage with IoT but with forecast growth during the period of this arrangement providing innovative solutions and efficiency benefits. Due to the increase in the cyber threat, security is an important aspect of this IoT arrangement.

Lot Information

Lot 1

Due to the wide and diverse nature of IoT, it isn't possible to list all the types of technologies and services envisaged but some examples (non-exhaustive list) include: Device Management - Software that enables manual and automated tasks to create, provision, configure, troubleshoot and manage fleets of IoT devices and gateways remotely, in bulk or individually, and securely; Integration - Software, data, tools and technologies which will accomplish IoT related business functions within an organisation; Data Management - Including ingesting IoT endpoint and edge device data, storing data from edge to enterprise platforms and providing data accessibility, tracking lineage and flow of data and enforcing data and analytics governance policies; Analytics - Including processing of data streams to provide insights into asset state by monitoring use, providing indicators, tracking patterns and optimising asset use; Subscription and Connectivity Management - Including subscription lifecycle management, stand-alone (on-demand) connectivity, interoperability and connectivity performance management; Application enablement and management - Including software that enables business applications in any deployment model to analyse data and accomplish IoT-related business functions; Security - Including software, devices, tools and practices facilitated to audit and ensure compliance, as well as to establish and execute preventive, detective and corrective controls and actions to ensure privacy and the security of data across an IoT solution; IoT related hardware, eg. sensors, gateways, and on-premise infrastructure etc; IoT enablement, advice and implementation services etc. The Dynamic Purchasing System will be available for use by the Scottish Ministers (including Agencies), Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross- border public authorities within the meaning of section 88(5) of the Scotland Act 1998, the Scotland Office, the Scottish Parliamentary Corporate Body, councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994, Scottish Fire & Rescue Service, the Scottish Police Authority, Scottish health boards or special health boards, all NHS Scotland, The Integrated Joint Boards established further to the Public Bodies (Joint Working) Act 2014, bodies registered as social landlords under the Housing (Scotland) Act 2001, Student Loans Company Limited, the Forestry Commission, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Equality and Human Rights Commission, Business Stream Ltd, the Business Gateway National Unit at the Convention of Scottish Local Authorities, further or higher education institutions being fundable bodies within the meaning of section 6 of the further and Higher Education (Scotland) Act 2005, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing. In addition to the contracting authorities listed, the Dynamic Purchasing System will be available to charities entered on the Scottish Charity Register and voluntary organisations entered on the Membership Database of the Scottish Council for Voluntary Organisations. Information about Scottish Public Bodies is available at: http://www.gov.scot/Topics/Government/public-bodies/about Information about the Review of Public Procurement in Scotland and links to the other Centres of Expertise are available at: http://www.gov.scot/Topics/Government/Procurement. Economic operators may be excluded from this DPS if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000587430
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL359513
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Dynamic
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

30 - Office and computing machinery, equipment and supplies except furniture and software packages

31 - Electrical machinery, apparatus, equipment and consumables; lighting

32 - Radio, television, communication, telecommunication and related equipment

35 - Security, fire-fighting, police and defence equipment

48 - Software package and information systems

64 - Postal and telecommunications services

71 - Architectural, construction, engineering and inspection services

72 - IT services: consulting, software development, Internet and support


CPV Codes

30237475 - Electric sensors

31712000 - Microelectronic machinery and apparatus and microsystems

31712112 - SIM cards

32260000 - Data-transmission equipment

32400000 - Networks

32510000 - Wireless telecommunications system

35125100 - Sensors

48000000 - Software package and information systems

48200000 - Networking, Internet and intranet software package

48514000 - Remote access software package

64200000 - Telecommunications services

64226000 - Telematics services

64227000 - Integrated telecommunications services

71316000 - Telecommunication consultancy services

71700000 - Monitoring and control services

72000000 - IT services: consulting, software development, Internet and support

72212200 - Networking, Internet and intranet software development services

72212210 - Networking software development services

72212215 - Networking developers software development services

72212219 - Miscellaneous networking software development services

72222300 - Information technology services

72315000 - Data network management and support services

72315100 - Data network support services

72315200 - Data network management services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Jul 20196 years ago
Submission Deadline
18 Aug 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
June 2021

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SCOTTISH GOVERNMENT
Contact Name
Not specified
Contact Email
spoeprocurement@scotland.gsi.gov.uk
Contact Phone
+44 1412425466

Buyer Location

Locality
GLASGOW
Postcode
G2 8LU
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM Scotland

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL359513
    Internet of Things - The Authority is establishing a collaborative Dynamic Purchasing System (DPS) for Internet of Things (IoT). The main purpose of IoT is to collect and exchange data to create value. IoT is a system of physical objects or things, embedded with sensors, software, electronics and connectivity to enable improvements in performance by exchanging information or data with other connected devices over the internet which can generate useful information. Public sector organisations can make use of this data directly or via analytics tools to allow timely decisions and actions to be taken. The Scottish public sector is at an early stage with IoT but with forecast growth during the period of this arrangement providing innovative solutions and efficiency benefits. Due to the increase in the cyber threat, security is an important aspect of this IoT arrangement.

Notice URLs

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-r6ebe6-0000587430-2019-07-03T00:00:00Z",
    "date": "2019-07-03T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000587430",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-8",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "Scottish Procurement, 5 Atlantic Quay, 150 Broomielaw",
                "locality": "Glasgow",
                "postalCode": "G2 8LU"
            },
            "contactPoint": {
                "email": "SPOEprocurement@scotland.gsi.gov.uk",
                "telephone": "+44 1412425466",
                "url": "http://www.gov.scot/Topics/Government/Procurement/Selling/supplier-enquiries"
            },
            "roles": [
                "mediationBody",
                "reviewContactPoint",
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Ministry or any other national or federal authority, including their regional or local subdivisions",
                        "scheme": "TED_CA_TYPE"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "name": "Scottish Government",
        "id": "org-8"
    },
    "tender": {
        "id": "SP-18-033",
        "title": "Internet of Things",
        "description": "The Authority is establishing a collaborative Dynamic Purchasing System (DPS) for Internet of Things (IoT). The main purpose of IoT is to collect and exchange data to create value. IoT is a system of physical objects or things, embedded with sensors, software, electronics and connectivity to enable improvements in performance by exchanging information or data with other connected devices over the internet which can generate useful information. Public sector organisations can make use of this data directly or via analytics tools to allow timely decisions and actions to be taken. The Scottish public sector is at an early stage with IoT but with forecast growth during the period of this arrangement providing innovative solutions and efficiency benefits. Due to the increase in the cyber threat, security is an important aspect of this IoT arrangement.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "31712000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "30237475",
                        "scheme": "CPV"
                    },
                    {
                        "id": "48000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "32400000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "64226000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "48514000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "32510000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "31712112",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71700000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "32260000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "35125100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "64200000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "64227000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71316000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72212210",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72212200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72212215",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72212219",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72315100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72315200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "48200000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72222300",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72315000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2021-08-18T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUL359513",
                "documentType": "contractNotice",
                "title": "Internet of Things",
                "description": "The Authority is establishing a collaborative Dynamic Purchasing System (DPS) for Internet of Things (IoT). The main purpose of IoT is to collect and exchange data to create value. IoT is a system of physical objects or things, embedded with sensors, software, electronics and connectivity to enable improvements in performance by exchanging information or data with other connected devices over the internet which can generate useful information. Public sector organisations can make use of this data directly or via analytics tools to allow timely decisions and actions to be taken. The Scottish public sector is at an early stage with IoT but with forecast growth during the period of this arrangement providing innovative solutions and efficiency benefits. Due to the increase in the cyber threat, security is an important aspect of this IoT arrangement.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL359513",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Due to the wide and diverse nature of IoT, it isn't possible to list all the types of technologies and services envisaged but some examples (non-exhaustive list) include: Device Management - Software that enables manual and automated tasks to create, provision, configure, troubleshoot and manage fleets of IoT devices and gateways remotely, in bulk or individually, and securely; Integration - Software, data, tools and technologies which will accomplish IoT related business functions within an organisation; Data Management - Including ingesting IoT endpoint and edge device data, storing data from edge to enterprise platforms and providing data accessibility, tracking lineage and flow of data and enforcing data and analytics governance policies; Analytics - Including processing of data streams to provide insights into asset state by monitoring use, providing indicators, tracking patterns and optimising asset use; Subscription and Connectivity Management - Including subscription lifecycle management, stand-alone (on-demand) connectivity, interoperability and connectivity performance management; Application enablement and management - Including software that enables business applications in any deployment model to analyse data and accomplish IoT-related business functions; Security - Including software, devices, tools and practices facilitated to audit and ensure compliance, as well as to establish and execute preventive, detective and corrective controls and actions to ensure privacy and the security of data across an IoT solution; IoT related hardware, eg. sensors, gateways, and on-premise infrastructure etc; IoT enablement, advice and implementation services etc. The Dynamic Purchasing System will be available for use by the Scottish Ministers (including Agencies), Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross- border public authorities within the meaning of section 88(5) of the Scotland Act 1998, the Scotland Office, the Scottish Parliamentary Corporate Body, councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994, Scottish Fire & Rescue Service, the Scottish Police Authority, Scottish health boards or special health boards, all NHS Scotland, The Integrated Joint Boards established further to the Public Bodies (Joint Working) Act 2014, bodies registered as social landlords under the Housing (Scotland) Act 2001, Student Loans Company Limited, the Forestry Commission, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Equality and Human Rights Commission, Business Stream Ltd, the Business Gateway National Unit at the Convention of Scottish Local Authorities, further or higher education institutions being fundable bodies within the meaning of section 6 of the further and Higher Education (Scotland) Act 2005, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing. In addition to the contracting authorities listed, the Dynamic Purchasing System will be available to charities entered on the Scottish Charity Register and voluntary organisations entered on the Membership Database of the Scottish Council for Voluntary Organisations. Information about Scottish Public Bodies is available at: http://www.gov.scot/Topics/Government/public-bodies/about Information about the Review of Public Procurement in Scotland and links to the other Centres of Expertise are available at: http://www.gov.scot/Topics/Government/Procurement. Economic operators may be excluded from this DPS if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "40-80%"
                        },
                        {
                            "type": "price",
                            "description": "20-60%"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 20
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": false
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Streamlined model terms for the IoT DPS have been developed and attached within PCS-T. These terms comprise standard and model conditions for the public sector and which may be used at call-off contract stage. For entry to the DPS, suppliers must agree to these terms in principle as part of their application. Failure to agree will result in suppliers not gaining entry to the DPS. Responses to this question to be provided at section 2.1 of the PCS-T technical envelope. Suppliers should note the following: This is not an opportunity for amended terms to be offered by suppliers at application for entry to the DPS. The model terms shall be available to users as a template during the call-off contract stage but are not mandatory. As part of their call-off process, users can use whichever terms are most suitable for their requirement. The Authority may update the model terms during the period of the DPS e.g. to reflect updates in general law, and will notify DPS suppliers as appropriate."
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "invitationDate": "2021-08-18T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Potential participants from the UK will be required to provide their tax reference numbers: i.e. Value Added Tax registration number, PAYE collection reference and Corporation Tax or Self-Assessment reference, as applicable. Please enter this number in section 2A question 2A.2 & 2A.3 of the ESPD. Overseas and non-UK Potential Participants will be required to submit a certificate of tax compliance obtained from the country in which they are a resident for tax purposes. It is a requirement of this arrangement that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below, questions 4B.5.1a, 4B.5.1b and 4B.5.2 in the ESPD refer: Public Liability insurance of Minimum GBP 1M Employers Liability insurance of Minimum GBP 5M Professional Indemnity insurance of Minimum GBP 1M"
                },
                {
                    "type": "technical",
                    "description": "Participants must have at least 12 months experience delivering these types of services and technologies. Tell us about your company, services you provide and your capability in delivering IoT technologies and services. Examples or case studies from both public and/or private sector may be provided to assist with the provision of this evidence. Please try and be as concise as possible preferably within 2 sides of A4 paper. Responses to be provided in section 4C- (Technical and professional ability) part 4C.1.2 of the ESPD. To gain entry to the DPS, it is mandatory that suppliers hold a suitable third party Cyber Security accreditation relevant to the delivery of services under this DPS, eg, Cyber Essentials, Cyber Essentials Plus, ISO 27001:2013, IASME Gold etc or are able to provide evidence of equivalency as part of their application. Failure to confirm that a suitable third party accreditation (or to provide suitable evidence of equivalency) is held will result in suppliers not gaining entry to the DPS. The response to the Cyber Security question should be provided at section 2.2 of the technical envelope within PCS-Tender. Scottish Government operate a Cyber Essentials Voucher Scheme which is available for Scottish SMEs to apply for, subject to funding still being available and the detailed criteria being met. Further details can be found at: https://www.scottish-enterprise.com/learning-zone/business-guides-and-webinars/components-folder/business-guides-and-webinar-listing/keep-your-business-cyber-secure"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2021-08-18T00:00:00Z"
            }
        },
        "techniques": {
            "hasDynamicPurchasingSystem": true,
            "dynamicPurchasingSystem": {
                "type": "open"
            }
        },
        "classification": {
            "id": "72000000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "June 2021"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 199-451269"
        }
    ],
    "description": "Please note there is a Technical Envelope within PCS-T regarding Fair Work, Cyber Security and Terms & Conditions. With regard to Fair Work, supplier responses are required for information purposes only and shall not form part of the selection criteria. The response to the fair work question should be provided at section 2.3 of the technical envelope. The question on Cyber Security is further detailed at section III.1.3 - Technical and professional ability. The question on Terms & Conditions is further detailed at section III.2.2 - Contract performance conditions. Potential participants must complete the European Single Procurement Document (ESPD) and meet the minimum entry criteria to be established on the DPS. The DPS will provide supplier delivery and support for organisations seeking IoT technologies and services. We envisage the value of call-off contracts to vary from thousands to potentially multi-million but more likely at lower levels, however, no form of volume guarantee has been provided by the Authority and the Authority shall not be bound to order any of the services referred to in the descriptions. The system for establishing and on-boarding suppliers to the DPS will operate fully electronically using the PCS-Tender system Project Code 13898. Organisations who use the DPS for call-offs will issue them electronically. Many organisations use PCS-Tender, however for those organisations who do not use PCS-Tender, alternative electronic routes may also be used. A key objective is to offer a straightforward, flexible and suitable route to market for Scottish public sector bodies. See section II.2.4 for details of public sector organisations who can access the DPS. The DPS will be open to entrants throughout its life who meet the minimum criteria. All participants awarded a place on the DPS will be invited to all contract opportunities. Award criteria will be based on best price-quality ratio (see sect II.2.5 of this OJEU for ranges) which will be formulated more precisely at call-off and may incorporate mandatory minimum requirements bidders need to achieve. Participants should be aware that there is not a requirement to provide all services within the DPS. The Authority will have the right to request evidence that entry criteria is still valid at any point during the life of the DPS with evidence to be provided via an updated ESPD to the Authority within 5 working days of request being issued. There will be an ongoing requirement to provide management information on the call-off contracts awarded under the DPS. Suppliers should note that a Cyber Security Assessment tool is currently being developed and once this has been finalised, buying organisations may include this as part of their invitation to tender process. Suppliers should also note that buying organisations may incorporate a preferred bidder stage in their invitation to tender process to allow them to carry out appropriate due diligence on the preferred supplier. The DPS aims to support a number of Scottish Government strategies, including Scotland's Digital Future - Delivery of Public Services: https://www.gov.scot/publications/scotlands-digital-future-delivery-public-services/ The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 13898. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Community Benefits requirements will be determined at each individual call-off contract. (SC Ref:587430)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000587430"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}