Tender

Framework Agreement - Sprinkler Installation Programme to 29nr High Rise Blocks

NORTH LANARKSHIRE COUNCIL

This public procurement record has 1 release in its history.

Tender

31 Jul 2019 at 00:00

Summary of the contracting process

North Lanarkshire Council is seeking tenders for the "Framework Agreement - Sprinkler Installation Programme to 29nr High Rise Blocks" within the general public services industry. Located in Motherwell, Scotland, the procurement process is currently at the tender stage, with submissions due by 30 August 2019. The contract aims to retrofit sprinkler systems to 29 domestic tower blocks over a four-year period, with an estimated value of £12 million. The procurement will follow a restricted procedure, allowing for participation from selected contractors only.

This tender presents significant opportunities for businesses specialising in fire safety systems, construction, and engineering services. Companies with experience in installing sprinkler systems, as well as those on the British Automatic Fire Sprinkler Association (BAFSA) list or with relevant qualifications, are encouraged to apply. This project not only provides a chance to secure a long-term contract with a valued client but also contributes to enhancing local community safety standards. Firms that can demonstrate robust financial standing and adherence to necessary insurance requirements will be well-positioned to bid successfully.

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

Framework Agreement - Sprinkler Installation Programme to 29nr High Rise Blocks

Notice Description

The Council is required to retro fit sprinkler systems to 29nr domestic tower blocks in the North Lanarkshire Council area. This procurement exercise is to set up a Framework Agreement of which three contractors will be appointed for a duration of four years and with a maximum value of 12,000,000 GDP.

Lot Information

Lot 1

This procurement exercise is being conducted to put in place a multi-supplier framework agreement for a duration of four years and for a maximum value of 12,000,000 GDP to undertake the design and build of sprinkler systems to domestic tower blocks in the North Lanarkshire Council area. The framework agreement will be SBCC Framework Agreement 2014 (FA/Scot) for use in Scotland and the call-off mechanism will be the SBCC Design and Build Contract for use in Scotland 2016 (DB/Scot). The scope includes the design and build of the sprinkler systems to domestic tower blocks in the North Lanarkshire area. The scope also includes upgrading the fire and smoke detection within these properties to the new standard set out in the Housing Scotland Act published 1st February 2019. The following is included within the scope however, this list is not exhaustive: - Design, supply, installation, testing and commissioning of category 3, pump and tank fed sprinkler system; Arranging and managing asbestos surveys and removal as required to facilitate the safe installation of the sprinkler system; - Managing and submitting Building Warrants and other statutory approvals if required; - Supply and installation of new sprinkler systems to domestic properties and designated communal areas; - Undertake all associated coring, firestopping, boxing in and making good in connection with the installation of the sprinkler system; - Supply. and installation of suspended ceilings and all associated works (including removal of existing ceilings where/if required); - Determining the best routes for services within domestic properties which cause minimal disruption to both asbestos containing materials and residents' homes; - Liaising and managing residents within domestic properties during installation works; - Electrical alterations to suit new installations; - Installation of suitable smoke detection to new tolerable standard as outlined in the Housing Scotland Act and Building Standards requirements; and - Structural investigations relating to pump and tank installations.. Candidates should read and refer to the ITP. Failure to comply with the instructions contained within the ITP may result in a Candidate's submission being rejected. 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.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000592642
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG362031
Current Stage
Tender
All Stages
Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

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

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

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

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

31625100 - Fire-detection systems

35111500 - Fire suppression system

38431200 - Smoke-detection apparatus

44115500 - Sprinkler systems

44482000 - Fire-protection devices

45000000 - Construction work

45210000 - Building construction work

45211000 - Construction work for multi-dwelling buildings and individual houses

45262660 - Asbestos-removal work

45311000 - Electrical wiring and fitting work

45343000 - Fire-prevention installation works

45343230 - Sprinkler systems installation work

90650000 - Asbestos removal services

Notice Value(s)

Tender Value
£12,000,000 £10M-£100M
Lots Value
£12,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
31 Jul 20196 years ago
Submission Deadline
30 Aug 2019Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
NORTH LANARKSHIRE COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
MOTHERWELL
Postcode
ML1 1AB
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM34 North Lanarkshire
Delivery Location
TLM84 North Lanarkshire

Local Authority
North Lanarkshire
Electoral Ward
Motherwell South East and Ravenscraig
Westminster Constituency
Motherwell, Wishaw and Carluke

Further Information

Notice Documents

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-r6ebe6-0000592642-2019-07-31T00:00:00Z",
    "date": "2019-07-31T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000592642",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-64",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "email": "CorporateProcurement@northlan.gov.uk",
                "telephone": "+44 1698403876",
                "faxNumber": "+44 1698275125",
                "url": "http://publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.northlanarkshire.gov.uk"
            }
        }
    ],
    "buyer": {
        "name": "North Lanarkshire Council",
        "id": "org-64"
    },
    "tender": {
        "id": "HO TB 18 061 / NLC-CPT-19-027",
        "title": "Framework Agreement - Sprinkler Installation Programme to 29nr High Rise Blocks",
        "description": "The Council is required to retro fit sprinkler systems to 29nr domestic tower blocks in the North Lanarkshire Council area. This procurement exercise is to set up a Framework Agreement of which three contractors will be appointed for a duration of four years and with a maximum value of 12,000,000 GDP.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "44115500",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45210000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45211000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "35111500",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44482000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45343000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45311000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "38431200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "31625100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45262660",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90650000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "29nr Tower Blocks across the North Lanarkshire Council Area."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 12000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-08-30T12:00:00Z"
        },
        "documents": [
            {
                "id": "AUG362031",
                "documentType": "contractNotice",
                "title": "Framework Agreement - Sprinkler Installation Programme to 29nr High Rise Blocks",
                "description": "The Council is required to retro fit sprinkler systems to 29nr domestic tower blocks in the North Lanarkshire Council area. This procurement exercise is to set up a Framework Agreement of which three contractors will be appointed for a duration of four years and with a maximum value of 12,000,000 GDP.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG362031",
                "format": "text/html"
            },
            {
                "id": "AUG362031-1",
                "title": "Document 1 - Selection Stage Document 1",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG362031&idx=1",
                "datePublished": "2019-08-02T11:51:01Z",
                "dateModified": "2019-08-02T11:51:01Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "AUG362031-2",
                "title": "Document 2 - Conditions of Participation",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG362031&idx=2",
                "datePublished": "2019-08-02T11:51:01Z",
                "dateModified": "2019-08-02T11:51:01Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "AUG362031-3",
                "title": "Document 3 - Bidders Response ESPDS",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG362031&idx=3",
                "datePublished": "2019-08-02T11:51:01Z",
                "dateModified": "2019-08-13T11:24:11Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "AUG362031-4",
                "title": "Document 3 - Bidders Response ESPDS",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG362031&idx=4",
                "datePublished": "2019-08-13T11:24:11Z",
                "dateModified": "2019-08-13T11:24:11Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "This procurement exercise is being conducted to put in place a multi-supplier framework agreement for a duration of four years and for a maximum value of 12,000,000 GDP to undertake the design and build of sprinkler systems to domestic tower blocks in the North Lanarkshire Council area. The framework agreement will be SBCC Framework Agreement 2014 (FA/Scot) for use in Scotland and the call-off mechanism will be the SBCC Design and Build Contract for use in Scotland 2016 (DB/Scot). The scope includes the design and build of the sprinkler systems to domestic tower blocks in the North Lanarkshire area. The scope also includes upgrading the fire and smoke detection within these properties to the new standard set out in the Housing Scotland Act published 1st February 2019. The following is included within the scope however, this list is not exhaustive: - Design, supply, installation, testing and commissioning of category 3, pump and tank fed sprinkler system; Arranging and managing asbestos surveys and removal as required to facilitate the safe installation of the sprinkler system; - Managing and submitting Building Warrants and other statutory approvals if required; - Supply and installation of new sprinkler systems to domestic properties and designated communal areas; - Undertake all associated coring, firestopping, boxing in and making good in connection with the installation of the sprinkler system; - Supply. and installation of suspended ceilings and all associated works (including removal of existing ceilings where/if required); - Determining the best routes for services within domestic properties which cause minimal disruption to both asbestos containing materials and residents' homes; - Liaising and managing residents within domestic properties during installation works; - Electrical alterations to suit new installations; - Installation of suitable smoke detection to new tolerable standard as outlined in the Housing Scotland Act and Building Standards requirements; and - Structural investigations relating to pump and tank installations.. Candidates should read and refer to the ITP. Failure to comply with the instructions contained within the ITP may result in a Candidate's submission being rejected. 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": "active",
                "value": {
                    "amount": 12000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "The Invitation to Tender (ITT) will contain the relevant Contract Performance requirements."
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "invitationDate": "2019-09-27T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "ESPD Selection Criteria, question Section A Part IV, Suitability, the following questions: 4A.1 and 4A.1.1 Minimum level(s) of standards require: 4A.1 - Candidates must be registered or enrolled in the relevant professional or trade register kept in the Member State of its establishment (as described in Schedule 5 of Public Contracts (Scotland) Regulations 2015. Candidates should confirm they are registered or enrolled on the relevant trade register and provide information relating to this i.e. registration number, member number etc. Candidates may be assessed as a FAIL and be excluded from the competition if they faily to provide a response to this question. 4A.1.1 - If the relevant documentation is available electronically please indicate. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question."
                },
                {
                    "type": "economic",
                    "description": "ESPD Selection Criteria, question Section B, Part IV, Economic and Financial Standing, the following questions: 4B..1.1, 4B.3, 4B.5.1, 4B.5.2, 4B.5.3 and 4B.6.",
                    "minimum": "4B.1.1 - Candidates will be required to have an average yearly turnover of a minimum of the following:- 2,000,000 GDP for the last three (3) years statutory accounts that are available. Candidates who have not yet submitted three years' statutory accounts but can demonstrate three years of trading must detail the date they started trading within their submission at 4B.3 and may provide alternative proof which demonstrates its financial standing in an equivalent manner in accordance with Regulation 61 - Means of Proof of the Public Contracts (Scotland) Regulations 2015. Such Candidates are required to provide financial accounts for the three years most recently available, accompanied by a letter supporting the basis of their preparation from an audit registered firm. 4B.3 - Where turnover information is not available for the time period requested, the Candidate will be required to state the date which they were set up or started trading. 4B.5.1 - Candidates must confirm they already have, or commit to obtain prior to the commencement date of the contract, the following levels of insurance cover: 1) Professional Risk Indemnity Insurance: 5,000,000 GBP each and every claim. http://www.hse.gov.uk/pubns/hse40.pdf 2) Employer's (Compulsory) Liability Insurance: 10,000,000 GBP each and every claim. http://www.hse.gov.uk/pubns/hse40.pdf 4B.5.2 - Candidates must confirm they have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 1) Public Liability Insurance: 5,000,000 GBP each and every claim; and 2) Product Liability Insurance: 5,000,000 GBP each and every claim. 4B.5.3 - If the relevant documentation is available electronically, please indicate. 4B.6 - Candidates will be required to have an Equifax Score Check of Grade D- or above or equivalent. Any equivalent relied upon must be demonstrated by the tenderer to be of such a standard. It shall be the tenderer's responsibility to review its own Equifax Score Check Grade (or equivalent) in advance of returning its tender/ESPD. If, following this review, the tenderer does not consider that the Equifax Score Check Grade (or equivalent) reflects its current financial status; the tenderer must provide a detailed explanation in response to question 4B.6, together with relevant supporting independent evidence. Where the tenderer is under no obligation to publish accounts and therefore does not have a Equifax Score Check Grade (or equivalent) rating, it must provide its audited financial accounts for the two years prior to the publication of this notice as part of its tender/ESPD, in order that the Authority may assess these to determine whether the Tenderer meets the published minimum standards. Candidates that are unable to meet all of the minimum level(s) of standards required for questions 4B.1.1, 4B.3, 4B.5.1, 4B.5.2, 4B.5.3 and 4B.6 in Section B, Part IV, Economic and Financial Standing of the ESPD, will be assessed as a FAIL and will be excluded from the competition, unless the following information is provided as part of their RTP: 1) an ESPD submission from a Parent Company (or Ultimate Parent Company) who can meet all the above minimum requirements; and 2) a declaration that the Parent Company (or Ultimate Parent Company) is prepared to provide a Parent Company Guarantee (PCG) in the form determined by the Council to cover the duration of the proposed Contract, including the available extension period."
                },
                {
                    "type": "technical",
                    "description": "Owing to the character limitations in this section of the Contract Notice it is not possible to provide all of the information relating to this section (III.1.3) in the Contract Notice). Therefore the Objective and Non-Discriminatory Criteria for Questions 4C.1, 4C.6 and 4C.10 are set out in full in the Selection Stage Document 1 which can be accessed through the buyer attachment area within the portal. ESPD Selection Criteria Section, question Section C, Part IV, Technical and Professional Ability: 4C.1, 4C.6 and 4C.10. Quality Assurance Schemes and Environmental Management Standards. List and brief description of selection criteria: Owing to the character limitations in this section of the Contract Notice it is not possible to provide all of the information relating to this section (III.1.3 in the Contract Notice). Therefore the Objective and Non-Discriminatory Criteria for Questions 4D.1, 4D.1.1, 4D.1.2 and 4D.2 are set out in full in the Selection Stage Document 1 which can be accessed through the buyer attachment area within the portal. ESPD Selection Criteria Section, question Section D, Part IV, Quality Assurance Schemes and Environmental Management Standards: 4D.1, 4D.1.1, 4D.1.2 and 4D.2.",
                    "minimum": "Question 4C.1 - Candidates will be required to provide examples that demonstrate that they have the relevant experience to deliver the works as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Question 4C.1 carries an overall weighting of 100%. Candidates unable to meet the minimum requirements for 4C.1 will be assessed as a FAIL and will be excluded from the competition. Question 4C.6 - Candidates will be required to confirm that they and/or the service provider have all of the following relevant and professional qualifications: For Sprinkler Installations: - Member of BAFSA (British Automatic Fire Sprinkler Association Limited), OR - FIRAS, OR - Loss Prevention Certification Board (LPCB) approved installer. For Electrical Installations: - Member of the National Inspection Council Electrical Installation Contracting (NICEIC, OR - Electrical Contractors Association of Scotland (SELECT), OR - Loss Prevention Certification Board (LPCB) approved installer. Candidates and/or service providers who do not have the above educational and professional qualifications will be assessed as a FAIL and will be excluded from the competition. Question 4C.10 - Candidates will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question. Question 4D.1 (Quality Management and Health and Safety Procedures) Quality Management Procedures - The Candidate must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum, or satisfy items 2a-2m as listed in the ITP. Health and Safety Procedures - The Candidate must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum, or satisfy items 4a-4m as listed in the ITP. 4D.1.1 - If the information is available electronically, please indicate. Candidates unable to meet the minimum requirements for all of the ESPD Section 4D will be assessed as a FAIL and will be excluded from the competition. Question 4D.1.2 - If the relevant documentation is available electronically, please indicate. Question 4D.2 - The Candidate 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, or satisfy items 2a-2g as listed in the ITP document. Candidates unable to meet the requirements for all of ESPD Section 4D will be assessed as a FAIL and will be excluded from the competition."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 3
            }
        },
        "classification": {
            "id": "45343230",
            "scheme": "CPV"
        },
        "reviewDetails": "Any economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015, may bring proceedings in the Sheriff Court or the Court of Session.",
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 099-238507"
        }
    ],
    "description": "1. ESPD The information required in Part II of the ESPD is for information only and will therefore not be assessed. The Council may however choose not to select Candidates who cannot provide basic company information. Candidates must ensure that they submit appropriate ESPDs completed by other members of the group (if they are bidding as part of a group), others whose capacity they rely on, and known sub-contractors on whose capacity they do not rely on, to satisfy any aspect of the ESPD. Candidates unable to complete Part IV Concluding Statements may be excluded from the competition. The complete RTP, with no pages omitted, must be submitted in accordance with instructions given, and be signed by an authorised representative (i.e. company director, secretary or other person authorised by the Candidate to do so). If the signatory is not the Candidate then the Candidate must provide, at the time of submitting the RTP, written confirmation of the signatory's authority to submit the RTP. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=592642. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. 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: The Council's policy on Community Benefits in Procurement aims to consider whether community benefits can be included where it is making capital investments or services / goods are being purchased. An indication of the type of benefits which the Council expects is included within Selection Stage Document 1. Shortlisted Selection Stage Bidders invited to tender will be required to provide details within their Tender Submission of the Community Benefits they will deliver if their Tender submission is successful. It should be noted that the Community Benefit commitments made at Tender stage may form a contractual obligation. (SC Ref:592642)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000592642"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}