Notice Information
Notice Title
WCDI IT Equipment
Notice Description
This WCDI IT Equipment procurement will put in place a Master Contract to allow the University of Edinburgh, acting through Edinburgh Parallel Computing Centre (EPCC), to purchase the IT equipment required to create, extend and refresh, the WCDI's data storage and compute capability This requirement is not divided into Lots due to the complexity of the requirement. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. When completing the ESPD, bidders must have regard for the selection requirements detailed in Sections III and V1.3 Additional Information within this OJEU Notice
Lot Information
Lot 1
The innovation component of the Edinburgh and South East Scotland City Region Deal is focussed on the development of a Data Driven Innovation (DDI) Programme to establish the City Region as the Data Capital of Europe, attracting inward investment, fuelling entrepreneurship and supporting inclusive economic growth. To achieve this, the DDI Programme requires a powerful, high capacity, innovative and flexible data infrastructure capable of agile delivery of an expanding array of complex and bespoke data and analytical services. At the heart of this requirement, is the World Class Data infrastructure (WCDI), a critical enabler for the programme. The WCDI will leverage 30 years of investments in the internationally recognised research infrastructure provided by Edinburgh Parallel Computing Centre (EPCC), the supercomputing centre at the University, and specifically the Advanced Computing Facility (ACF), EPCC's data centre on the outskirts of Edinburgh. WCDI represents a practical, flexible and cost-effective approach to the delivery of the diverse technological requirements of the DDI programme. WCDI will extend the ACF, which today hosts and operates many of the UK's national High-Performance Computing (HPC) and research data services. Developed since 2003, in excess of 50M GBP has been invested to date in the ACF buildings and its data centre infrastructure. It currently houses around 100M GBP of equipment including the ARCHER National HPC service and is a state-of-the-art facility. A key recent development is the addition of Computer Room 4, a 270 rack, 6MW room which will host the WCDI equipment. This WCDI IT Equipment procurement will put in place a Master Contract (Schedule 5 of ITT) to allow the University of Edinburgh, acting through EPCC, to purchase the IT equipment required to create, extend and refresh, the WCDI's data storage and compute capability. There will be an initial order placed for storage that will be written into the contract. After this initial purchase the university will continue to raise orders under the Master Contract, all of which shall be incorporated to become part of the Master Contract. The scope of what can be bought under this contract is listed below under "Equipment Requirements". Equipment requirements As part of the Edinburgh and SE Scotland City Region Deal a significant Capital Equipment budget has been secured to implement the World Class Data Infrastructure (WCDI). Rather than spend all of this money on the first year of the 10-year DDI Programme, the spend has been profiled across the lifetime of the programme. The rationale for this approach being EPCC's desire to build the infrastructure according to need, using a "building block" approach. Such Building Blocks can be further observed within the Technical Requirements of the ITT (BB1 to BB9 and Data Centre Network), but can be highlighted as: Data Storage: hot, warm & cold storage bricks and Back-up & disaster recovery; Scale-out VM compute infrastructure bricks for the private Cloud; Accelerated Compute Servers; HPC, HPDA and AI Infrastructure; Cabinets and Hosting Infrastructure; Networking and Security Emerging Technologies Software Installation and support services where requested by the University; and Data Centre Network Update. Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
Options: The University will reserve the right to purchase Emerging Technologies; Software; and Installation and support services where requested by the University in-line with the ITT
Renewal: 5-year contract with possible extension options at + 3 year + 2 year (5+3+2). Extension options will act as breakpoints for contract review.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000606377
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN376647
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F14 - Corrigendum
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
30 - Office and computing machinery, equipment and supplies except furniture and software packages
48 - Software package and information systems
-
- CPV Codes
30200000 - Computer equipment and supplies
30210000 - Data-processing machines (hardware)
30230000 - Computer-related equipment
48000000 - Software package and information systems
Notice Value(s)
- Tender Value
- £83,750,000 £10M-£100M
- Lots Value
- £83,750,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 7 Jan 20206 years ago
- Submission Deadline
- 16 Jan 2020Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- If full contract term and extensions are carried out (5+3+2) then the contract will be due for renewal in 2030.
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF EDINBURGH
- Contact Name
- Gemma Stenhouse
- Contact Email
- gemma.stenhouse@ed.ac.uk
- Contact Phone
- +44 1316502508
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH1 1HT
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM75 City of Edinburgh
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- City Centre
- Westminster Constituency
- Edinburgh East and Musselburgh
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC374359
WCDI IT Equipment - This WCDI IT Equipment procurement will put in place a Master Contract to allow the University of Edinburgh, acting through Edinburgh Parallel Computing Centre (EPCC), to purchase the IT equipment required to create, extend and refresh, the WCDI's data storage and compute capability This requirement is not divided into Lots due to the complexity of the requirement. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. When completing the ESPD, bidders must have regard for the selection requirements detailed in Sections III and V1.3 Additional Information within this OJEU Notice
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000606377-2020-01-07T00:00:00Z",
"date": "2020-01-07T00:00:00Z",
"ocid": "ocds-r6ebe6-0000606377",
"initiationType": "tender",
"parties": [
{
"id": "org-77",
"name": "University Of Edinburgh",
"identifier": {
"legalName": "University Of Edinburgh"
},
"address": {
"streetAddress": "Charles Stewart House, 9-16 Chambers Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH1 1HT"
},
"contactPoint": {
"name": "Gemma Stenhouse",
"email": "gemma.stenhouse@ed.ac.uk",
"telephone": "+44 1316502508",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
}
},
{
"id": "org-13",
"name": "University Of Edinburgh",
"identifier": {
"legalName": "University Of Edinburgh"
},
"address": {
"streetAddress": "Charles Stewart House, 9-16 Chambers Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH1 1HT"
},
"contactPoint": {
"name": "Gemma Stenhouse",
"email": "gemma.stenhouse@ed.ac.uk",
"telephone": "+44 1316502508",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
}
},
{
"id": "org-14",
"name": "University Of Edinburgh",
"identifier": {
"legalName": "University Of Edinburgh"
},
"address": {
"streetAddress": "Charles Stewart House, 9-16 Chambers Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH1 1HT"
},
"contactPoint": {
"name": "Gemma Stenhouse",
"email": "gemma.stenhouse@ed.ac.uk",
"telephone": "+44 1316502508",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
}
}
],
"buyer": {
"name": "University Of Edinburgh",
"id": "org-14"
},
"tender": {
"id": "EC0862",
"title": "WCDI IT Equipment",
"description": "This WCDI IT Equipment procurement will put in place a Master Contract to allow the University of Edinburgh, acting through Edinburgh Parallel Computing Centre (EPCC), to purchase the IT equipment required to create, extend and refresh, the WCDI's data storage and compute capability This requirement is not divided into Lots due to the complexity of the requirement. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. When completing the ESPD, bidders must have regard for the selection requirements detailed in Sections III and V1.3 Additional Information within this OJEU Notice",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "30210000",
"scheme": "CPV"
},
{
"id": "30230000",
"scheme": "CPV"
},
{
"id": "48000000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 83750000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html",
"tenderPeriod": {
"endDate": "2020-01-16T12:00:00Z"
},
"awardPeriod": {
"startDate": "2020-01-16T12:00:00Z"
},
"documents": [
{
"id": "DEC374359",
"documentType": "contractNotice",
"title": "WCDI IT Equipment",
"description": "This WCDI IT Equipment procurement will put in place a Master Contract to allow the University of Edinburgh, acting through Edinburgh Parallel Computing Centre (EPCC), to purchase the IT equipment required to create, extend and refresh, the WCDI's data storage and compute capability This requirement is not divided into Lots due to the complexity of the requirement. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. When completing the ESPD, bidders must have regard for the selection requirements detailed in Sections III and V1.3 Additional Information within this OJEU Notice",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC374359",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The innovation component of the Edinburgh and South East Scotland City Region Deal is focussed on the development of a Data Driven Innovation (DDI) Programme to establish the City Region as the Data Capital of Europe, attracting inward investment, fuelling entrepreneurship and supporting inclusive economic growth. To achieve this, the DDI Programme requires a powerful, high capacity, innovative and flexible data infrastructure capable of agile delivery of an expanding array of complex and bespoke data and analytical services. At the heart of this requirement, is the World Class Data infrastructure (WCDI), a critical enabler for the programme. The WCDI will leverage 30 years of investments in the internationally recognised research infrastructure provided by Edinburgh Parallel Computing Centre (EPCC), the supercomputing centre at the University, and specifically the Advanced Computing Facility (ACF), EPCC's data centre on the outskirts of Edinburgh. WCDI represents a practical, flexible and cost-effective approach to the delivery of the diverse technological requirements of the DDI programme. WCDI will extend the ACF, which today hosts and operates many of the UK's national High-Performance Computing (HPC) and research data services. Developed since 2003, in excess of 50M GBP has been invested to date in the ACF buildings and its data centre infrastructure. It currently houses around 100M GBP of equipment including the ARCHER National HPC service and is a state-of-the-art facility. A key recent development is the addition of Computer Room 4, a 270 rack, 6MW room which will host the WCDI equipment. This WCDI IT Equipment procurement will put in place a Master Contract (Schedule 5 of ITT) to allow the University of Edinburgh, acting through EPCC, to purchase the IT equipment required to create, extend and refresh, the WCDI's data storage and compute capability. There will be an initial order placed for storage that will be written into the contract. After this initial purchase the university will continue to raise orders under the Master Contract, all of which shall be incorporated to become part of the Master Contract. The scope of what can be bought under this contract is listed below under \"Equipment Requirements\". Equipment requirements As part of the Edinburgh and SE Scotland City Region Deal a significant Capital Equipment budget has been secured to implement the World Class Data Infrastructure (WCDI). Rather than spend all of this money on the first year of the 10-year DDI Programme, the spend has been profiled across the lifetime of the programme. The rationale for this approach being EPCC's desire to build the infrastructure according to need, using a \"building block\" approach. Such Building Blocks can be further observed within the Technical Requirements of the ITT (BB1 to BB9 and Data Centre Network), but can be highlighted as: Data Storage: hot, warm & cold storage bricks and Back-up & disaster recovery; Scale-out VM compute infrastructure bricks for the private Cloud; Accelerated Compute Servers; HPC, HPDA and AI Infrastructure; Cabinets and Hosting Infrastructure; Networking and Security Emerging Technologies Software Installation and support services where requested by the University; and Data Centre Network Update. Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
"status": "active",
"value": {
"amount": 83750000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "75"
},
{
"type": "price",
"description": "25"
}
]
},
"options": {
"description": "The University will reserve the right to purchase Emerging Technologies; Software; and Installation and support services where requested by the University in-line with the ITT"
},
"hasOptions": true,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "5-year contract with possible extension options at + 3 year + 2 year (5+3+2). Extension options will act as breakpoints for contract review."
}
}
],
"bidOpening": {
"date": "2020-01-16T12:00:00Z",
"address": {
"streetAddress": "PCS-T"
},
"description": "Procurement Manager to Open on PCS-T"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "ESPD 4B.1.1 Statement: Bidders will be required to have a minimum \"general\" yearly turnover of 100, 000, 000 GBP for the last 3 years. ESPD 4B.3 Statement Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading. 4B.4 Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations. Bidders must be able to provide upon request, their 3 most recent sets of annual audited accounts, including profit and loss information, and the following ratios: -Current Ratio -Quick Ratio -Debtors Turnover Ratio -Return on Assets -Working Capital -Debt to Equity Ratio -Gross Profit Ratio A review of your ratios and audited accounts may be undertaken. In some cases this review may lead to an additional request for further financial information to help clarify any potential issues raised. This information may be used to assess financial sustainability. ESPD 4B.5.1 and 4B.5.2 Statement: It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 5 000 000 GBP Public Liability Insurance = 10 000 000 GBP Professional Indemnity Insurance = 5 000 000 GBP Product Liability Insurance = 5 000 000 GBP http://www.hse.gov.uk/pubns/hse40.pdf 4B.6 Where the bidder is providing a submission on behalf of a subsidiary company, upon request, the bidder must obtain a Parent Company Guarantee prior to commencement of any subsequently awarded contract."
},
{
"type": "technical",
"description": "BELOW ARE SUMMARISED STATEMENTS ONLY. BIDDERS MUST REFER TO FULL STATEMENTS IN SECTION 4C OF THE ESPD GUIDANCE DOCUMENT ATTACHED PCS-T 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 goods/services as described in part II.2.4 of the OJEU Contract Notice. The examples should be of a similar nature 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. BELOW ARE SUMMARISED STATEMENTS ONLY. BIDDERS MUST REFER TO FULL STATEMENTS IN SECTION 4C OF THE ESPD GUIDANCE DOCUMENT ATTACHED PCS-T",
"minimum": "BELOW ARE SUMMARISED STATEMENTS ONLY. BIDDERS MUST REFER TO FULL STATEMENTS IN SECTION 4C OF THE ESPD GUIDANCE DOCUMENT ATTACHED PCS-T 4D.1 Statement 1: Quality Management The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), 4D.1 Statement 2: Health & Safety The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 or ISO 45001 (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. 4D.1.1 Statement 1: 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: Equivalent, documented policy and procedures regarding quality management, endorsed by the Chief Executive Officer, or equivalent. These must include the following documented items relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above -- a policy with set responsibilities, review and improvement procedures, quality management and performance process, workforce training, skills and information process, monitoring arrangements, bidder quality management arrangements, and a process for managing complaints. 4D.1.1 Statement 2: If the bidder does not hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 or ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum, then the bidder must have the following: Equivalent, regularly reviewed and documented policy and procedures for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. These must include the following documented processes and arrangements relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above -ensuring H&S effectiveness, obtaining H&S advice and assistance, training, skills and information for bidder workforce, workforce H&S qualifications, checking and reviewing H&S performance, involving workforce in planning and implementation, recording accidents/incidents and follow-up actions, ensuring bidder's suppliers apply H&S appropriate measures, risk assessment, and coordinating with bidder's suppliers. 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: Equivalent, regularly reviewed documented policy and procedures regarding environmental management, authorised by the Chief Executive, or equivalent. These must include the following documented processes and arrangements relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above - ensuring effectiveness of measures and reducing impacts, workforce training and skills, checking and reviewing, dealing with waste, and ensuring any suppliers the bidders engages apply appropriate environmental protection measures."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "30200000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "If full contract term and extensions are carried out (5+3+2) then the contract will be due for renewal in 2030."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"amendments": [
{
"id": "amd-13",
"description": "Change to publication date",
"unstructuredChanges": [
{
"oldValue": {
"date": "2020-01-16T12:00:00Z"
},
"newValue": {
"date": "2020-01-17T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2020-01-16T12:00:00Z"
},
"newValue": {
"date": "2020-01-17T12:00:00Z"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
]
},
{
"id": "amd-18",
"description": "In light of additional information regarding the nature of difficulties and complexities surrounding timescales for tender submission from bidders, the University have decided to extend the submission date to Noon 31st January.",
"unstructuredChanges": [
{
"oldValue": {
"date": "2020-01-17T12:00:00Z"
},
"newValue": {
"date": "2020-01-31T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
}
]
}
]
},
"language": "EN",
"description": "This procurement includes additional procurement-specific yes/no mandatory award requirements which are detailed in the Technical Envelope in PCS-T and/or associated attachment. Where the Bidder does not meet the mandatory award requirements the bidder will fail the mandatory award requirements and the University reserves the right to exclude their tender without further evaluation. Means of Proof: The University will require the certificates, statements and any other means of proof as evidence of fulfilment of the selection criteria detailed in the ESPD. Should documentation not be forthcoming or satisfactory, e.g. certification out of date or incorrect certification held, the University reserves the right to disqualify any Qualified Bidder. Modern Slavery Act 2015 and ILO Conventions: The University of Edinburgh is committed to protecting and respecting human rights and has a zero tolerance approach to slavery and human trafficking in all its forms. Bidders and subcontractors engaged in the delivery of this contract may be excluded if they have not met applicable social, environmental and labour obligations under national, EU, and international law (ESPD section 3D). This includes obligations for certain organisations under the Modern Slavery Act 2015 (available online at http://www.legislation.gov.uk/ukpga/2015/30/contents/enacted), as well as obligations listed in Annex X of Directive 2014/24/EU (available online at http://eur-lex.europa.eu/legal-content/EN/TXT/HTML/?uri=CELEX:32014L0024&from=EN). Bidders and/or relevant subcontractors may be required to provide statements and means of proof demonstrating their compliance with these obligations, which may include a request for the annual statement as provided for by section 54 of the Modern Slavery Act for organisations with a turnover of 36,000,000 GBP or over. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 15090. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: Requirement too complex 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: This procurement is funded by the University of Edinburgh-led Data Driven Innovation Programme (DDI), a major investment from the UK and Scottish Governments and part of the Edinburgh and South East Scotland City Region Deal (ESESCRD). All ESESCRD projects must be able to demonstrate supplier CB activity that supports the Deal's Inclusive Growth aims. We will work closely with the winning supplier to meet these commitments, but we also aim to leverage the procurement stage to encourage deeper partnership opportunities where they are appropriate. (SC Ref:606377)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000606377"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000606377"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000606377"
}
],
"noticetype": "OJEU - F14 - Corrigendum"
}