Tender

Humidifiers Servicing and Maintenance

UNIVERSITY OF EDINBURGH

This public procurement record has 2 releases in its history.

TenderUpdate

01 Apr 2020 at 00:00

Tender

30 Mar 2020 at 00:00

Summary of the contracting process

The University of Edinburgh is conducting a procurement process titled "Humidifiers Servicing and Maintenance," aimed at appointing a single supplier to maintain humidification systems across its campuses. This tender falls within the services category and will be held in Edinburgh. The procurement is currently in the Tender stage and is being conducted via an Open procedure through the Public Contracts Scotland - Tender portal. Bidders must submit their applications by 5th May 2020, adjusted from the original deadline to avoid a conflict with a bank holiday, with the bid opening scheduled for the same day.

This contract presents significant growth opportunities for businesses in the maintenance and servicing sector, particularly those with expertise in HVAC systems, including humidifiers. Companies that can demonstrate compliance with the procurement requirements—such as prior experience, relevant financial stability, and necessary certifications—will find an advantageous position to compete. The contract is designed for a duration of two years, with the potential for extensions, allowing successful bidders to establish a long-term relationship with a prestigious educational institution.

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

Humidifiers Servicing and Maintenance

Notice Description

The purpose of this Term Maintenance Contract will be to appoint to appoint a single supplier to Service, Inspect, Test and Maintain in a good and safe working order the numerous humidifiers located across the various campuses' buildings. This will ensure that the systems are maintained to the highest standard by readily available, trained, competent personnel, thus minimising unscheduled downtime, improving reliability, reducing energy consumption and running costs, whilst delivering optimum performance from the equipment. 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 PCS-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in the Section III in this Contract Notice when completing the ESPD in PCS-T.

Lot Information

Lot 1

The University is seeking to procure the services of a Contractor to provide a comprehensive servicing, maintenance and reactive works service to the University covering the humidification equipment, located across the various campuses' buildings. The University is seeking to appoint a single Contractor of this service for a period of 2 years with options to extend the contract for a further 3 years (1 + 1 + 1). The tender evaluation will consist of 3 parts:- Qualification - Satisfactory completion of the ESPD and Technical Minimum Standards located in the ESPD Technical Questionnaire of PCS-T Technical - Technical (Quality) questions are allocated a total weighting of 70 percent. Bids will be required to achieve a minimum score of 50 percent or more of the technical score (70 percent). Each supplier achieving a score greater or equal to 50 percent will only then progress through to the commercial evaluation. These scored questions are located in the ITT Technical Envelope of PCS-T Commercial - Weighting 30 percent. Commercial scores shall be allocated on a comparative basis with the lowest overall price receiving full marks and others a percentage of that mark according to the difference between their bid and the lowest offer. Commercial price is broken down into sub weighting : Humidifiers Planned Service and Maintenance Costs 50 percent Reactive Day Works and Material Costs 50 percent All bids achieving a minimum score of 50 percent or more of the technical score (70 percent) will have their Technical and Commercial scores combined to give each Bidder an overall total score. The Bidder with the highest total score will be deemed to have provided the most economical advantageous tender (MEAT). This contract is being tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any and all of the University of Edinburgh's Subsidiary Companies may access and utilise this Contract at any time during the relevant Contract period.. Please note: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.

Renewal: Contract for 24 months with option to extend annually for a further three years. Thereafter a new competitive tendering exercise may begin, dependent on a review of future maintenance strategies and if services are still required.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000618046
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR384728
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F14 - Corrigendum
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50000000 - Repair and maintenance services

Notice Value(s)

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

Notice Dates

Publication Date
1 Apr 20205 years ago
Submission Deadline
4 May 2020Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Five years approximately if all extensions used.

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
UNIVERSITY OF EDINBURGH
Contact Name
Maria Dick
Contact Email
maria.dick@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=APR384478
    Humidifiers Servicing and Maintenance - The purpose of this Term Maintenance Contract will be to appoint to appoint a single supplier to Service, Inspect, Test and Maintain in a good and safe working order the numerous humidifiers located across the various campuses' buildings. This will ensure that the systems are maintained to the highest standard by readily available, trained, competent personnel, thus minimising unscheduled downtime, improving reliability, reducing energy consumption and running costs, whilst delivering optimum performance from the equipment. 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 PCS-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in the Section III in this Contract Notice when completing the ESPD in PCS-T.

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-r6ebe6-0000618046-2020-04-01T00:00:00Z",
    "date": "2020-04-01T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000618046",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-1",
            "name": "University Of Edinburgh",
            "identifier": {
                "legalName": "University Of Edinburgh"
            },
            "address": {
                "streetAddress": "Charles Stewart House, 9-16 Chambers Street",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH1 1HT"
            },
            "contactPoint": {
                "email": "maria.dick@ed.ac.uk",
                "telephone": "+44 1316502508",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "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-2",
            "name": "Edinburgh Sheriff Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 27 Chambers Street,",
                "locality": "Edinburgh,",
                "postalCode": "EH1 1LB"
            },
            "contactPoint": {
                "url": "https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-5",
            "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": "Maria Dick",
                "email": "maria.dick@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-5"
    },
    "tender": {
        "id": "EC0856",
        "title": "Humidifiers Servicing and Maintenance",
        "description": "The purpose of this Term Maintenance Contract will be to appoint to appoint a single supplier to Service, Inspect, Test and Maintain in a good and safe working order the numerous humidifiers located across the various campuses' buildings. This will ensure that the systems are maintained to the highest standard by readily available, trained, competent personnel, thus minimising unscheduled downtime, improving reliability, reducing energy consumption and running costs, whilst delivering optimum performance from the equipment. 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 PCS-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in the Section III in this Contract Notice when completing the ESPD in PCS-T.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "50000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Edinburgh"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "tenderPeriod": {
            "endDate": "2020-05-04T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2020-05-04T12:00:00Z"
        },
        "documents": [
            {
                "id": "APR384478",
                "documentType": "contractNotice",
                "title": "Humidifiers Servicing and Maintenance",
                "description": "The purpose of this Term Maintenance Contract will be to appoint to appoint a single supplier to Service, Inspect, Test and Maintain in a good and safe working order the numerous humidifiers located across the various campuses' buildings. This will ensure that the systems are maintained to the highest standard by readily available, trained, competent personnel, thus minimising unscheduled downtime, improving reliability, reducing energy consumption and running costs, whilst delivering optimum performance from the equipment. 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 PCS-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in the Section III in this Contract Notice when completing the ESPD in PCS-T.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR384478",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The University is seeking to procure the services of a Contractor to provide a comprehensive servicing, maintenance and reactive works service to the University covering the humidification equipment, located across the various campuses' buildings. The University is seeking to appoint a single Contractor of this service for a period of 2 years with options to extend the contract for a further 3 years (1 + 1 + 1). The tender evaluation will consist of 3 parts:- Qualification - Satisfactory completion of the ESPD and Technical Minimum Standards located in the ESPD Technical Questionnaire of PCS-T Technical - Technical (Quality) questions are allocated a total weighting of 70 percent. Bids will be required to achieve a minimum score of 50 percent or more of the technical score (70 percent). Each supplier achieving a score greater or equal to 50 percent will only then progress through to the commercial evaluation. These scored questions are located in the ITT Technical Envelope of PCS-T Commercial - Weighting 30 percent. Commercial scores shall be allocated on a comparative basis with the lowest overall price receiving full marks and others a percentage of that mark according to the difference between their bid and the lowest offer. Commercial price is broken down into sub weighting : Humidifiers Planned Service and Maintenance Costs 50 percent Reactive Day Works and Material Costs 50 percent All bids achieving a minimum score of 50 percent or more of the technical score (70 percent) will have their Technical and Commercial scores combined to give each Bidder an overall total score. The Bidder with the highest total score will be deemed to have provided the most economical advantageous tender (MEAT). This contract is being tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any and all of the University of Edinburgh's Subsidiary Companies may access and utilise this Contract at any time during the relevant Contract period.. Please note: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Contract for 24 months with option to extend annually for a further three years. Thereafter a new competitive tendering exercise may begin, dependent on a review of future maintenance strategies and if services are still required."
                }
            }
        ],
        "bidOpening": {
            "date": "2020-05-04T12:00:00Z"
        },
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "As detailed within the tender document Schedule 3, Statement of Requirements."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "minimum": "ESPD Section 4B ECONOMIC AND FINANCIAL STANDING Please note: Bidders will be required to have a minimum \"general\" yearly turnover of 160,000 GBP for the last 3 years (excluding VAT). It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance 10,000.000 GBP Public Liability Insurance 5,000,000 GBP Professional Indemnity Insurance 2,000,000 GBP http://www.hse.gov.uk/pubns/hse40.pdf 4B.6 Statement 1: 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. 4B.6 Statement 2: 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."
                },
                {
                    "type": "technical",
                    "description": "ESPD Section 4C TECHNICAL AND PROFESSIONAL ABILITY Bidders will be required to provide three examples of works carried out during the past three years that demonstrate that you have experience to deliver the works described in the OJEU Contract Notice that are similar in value and complexity of estate. Bidders' examples should include but are not limited to the following details in their service provision examples: - Detailed description of the service (including detail of whether the service was planned or reactive) - Value of the contract/service - Contract period - Complexity of estate managed - Description of any reactive / replacement installation service provided - Details of multi/complex stakeholder engagement In order to ensure that newer or start-up companies have a chance to demonstrate any experience relevant to the current requirement, examples may be provided from: -Within their organisation (bidders may rely on the experience of personnel that they intend to use to carry out the current requirement, even if that experience was gained whilst working for a different organisation) -Other consortium members (where a consortium bid is being proposed) -Named subcontractors upon whose capacity and capability the bidder is relying in order to meet the selection criteria (where subcontractors are being used and their identity is known at the selection stage) Bidders should be aware that they may be asked to confirm prior to award that there has been no material change to the skills, experience and resources available to them since submitting their ESPD response.",
                    "minimum": "ESPD 4D.1 Statements 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 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. ESPD 4D.2 Environmental Management Standards 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. Bidder Guidance ESPD 4D.1.1 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. ESPD 4D.1.2 If the bidder does not hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or 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. Note - Organisations with fewer than five employees are not required by law to have a documented policy. ESPD 4D.2 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": "50000000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "Five years approximately if all extensions used."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "amendments": [
            {
                "id": "amd-40",
                "description": "Closing time revised to avoid clash with Bank Holiday.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2020-05-04T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2020-05-05T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2020-05-04T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2020-05-05T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2020/S 029-068839"
        }
    ],
    "description": "This procurement includes additional procurement-specific minimum requirements which are detailed in the declaration box of the Qualification Envelope in PCS-T. NOTE: Bidders must complete the ESPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement. If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must complete and reattach the ESPD Supplier Response Forms (MO Excel document) attached to ESPD question 2C.1.1 on PCS-T. These parties must complete the first three sections of the ESPD form, as well as any part of the section 4 selection criteria that the main bidder will rely upon the parties to fulfil. The University reserves the right to request this information from relevant parties upon whom the main bidder will not rely to fulfil selection criteria. NOTE: 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 (as indicated in ESPD section 3D). Without prejudice to any additional relevant duties, suppliers should note that this includes obligations for certain organisations under: -the Modern Slavery Act 2015 (available at http://www.legislation.gov.uk/ukpga/2015/30/contents/enacted), -the ILO conventions and other measures listed in Annex X of Directive 2014/24/EU (available at http://eur-lex.europa.eu/legal-content/EN/TXT/HTML/?uri=CELEX:32014L0024&from=EN) -the Equality Act 2010 (available at https://www.legislation.gov.uk/ukpga/2010/15/contents) -the Employment Relations Act 1999 (Blacklists) Regulations 2010 (http://www.legislation.gov.uk/uksi/2010/493/contents/made) - this is grounds for mandatory exclusion or termination at any procurement or contract stage At any stage, bidders and/or relevant subcontractors may be required to provide statements and means of proof demonstrating their compliance with these obligations or the reliability of their self-cleansing measures, including the annual statement as provided for by section 54 of the Modern Slavery Act for organisations with a turnover of 36,000,000 GBP or over. NOTE: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required. To access PCS-Tender, record your interest in this notice and access the tender documentation please visit https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code project_15992 under ITTs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the dropdown. Please note that once you have expressed interest in the ITT it will move to your My ITTs area. For further information on using PCS-Tender, please read the Supplier Response Guide: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 15992. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 15992. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:618046)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000618046"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000618046"
        }
    ],
    "noticetype": "OJEU - F14 - Corrigendum"
}