Notice Information
Notice Title
Evacuation Chairs: Supply, Installation, Maintenance, Servicing, Repairs and Training
Notice Description
The University of Edinburgh (UoE) is looking to establish a single-supplier framework agreement for comprehensive, integrated Evacuation Chairs management across its Estate to support compliance with PUWER regulations and other related legislation. This contract will cover the supply, installation, maintenance, servicing and repair of the University's portfolio of Evacuation Chairs, as well as appropriate staff training throughout the lifetime of the contract. The agreement will include the renewal of the University's Evacuation Chairs inventory as well as any future purchases, to ensure consistent management across the various locations. This procurement has been conducted via the Public Contracts Scotland - Tender portal (PCS-T). A one stage Open procedure has been applied. Bidders have been asked to self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PCS-T. Specific requirements have been included in the Section III of this Contract Notice.
Lot Information
Lot 1
The University of Edinburgh (UoE) is looking to establish a single-supplier framework agreement for comprehensive, integrated Evacuation Chairs management across its Estate to support our compliance with PUWER regulations and other related legislation. This contract will cover the supply, installation, maintenance, servicing and repair of the University's portfolio of Evacuation Chairs, as well as appropriate staff training throughout the lifetime of the contract. It is expected that the agreement will include the renewal of the University's Evacuation Chairs inventory as well as any future purchases, to ensure consistent management across the various locations. The key focus of this procurement is to provide a unique, clear, consolidated evacuation solution that can be managed effectively across a variety of locations. The contract will be structured around the following elements: 1) Supply and Installation of Evacuation Chairs as per specification 2) Annual Maintenance, Repair (including reactive) and Re-certification of the UoE Evacuation Chairs portfolio 3) Training For the supply, a manual, i.e. not battery powered solution is sought, covering: downward evacuation (suitable for the majority of UoE buildings) and upward evacuation/all-terrain (as dictated by specific building access & configuration). It is estimated about 175 - 190 chairs will fall within the first category and approximately 5 - 10 should cover the more complex requirements included in the second category. The initial purchase and installation will be phased over a period of approximately 3 months, to allow safe delivery and implementation. In addition to supply & installation, the appointed supplier will be expected to ensure full management of the Evacuation Chairs, providing a comprehensive package including annual inspection, asset management, maintenance, servicing, stair testing, repairs and re-certification in accordance with manufacturer standards and full, continuous compliance to the legislation applicable to Class One Medical Equipment. All the chairs are to be maintained with new, original manufacturer supplied and approved spare parts, to the highest standard by readily available, trained, authorised, competent personnel. Suitable, certified 'Train the Trainer' and Refresher on-site courses for up to 10 no. University staff at one time will also be required as part of the agreement, with the first session delivered at the start of the contract. It is anticipated that a total portfolio of about 200 chairs will be handled throughout the duration of this contract. The proposed overall contractual period is 5 years (an initial period of two years with an option to grant an extension for a further 2 and respectively 1 year periods, 2+2+1). This contract has been 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.. The tender evaluation has consisted of 3 parts (qualification, technical and commercial) and has also included a sample assessment & virtual demonstration. Details of the evaluation process have been included in the ITT document on PCS-T & updates circulated to bidders via the PCS-T message board. The total contract value is an estimate calculated using the scenarios detailed in the ITT.
Renewal: The initial contract period is 2 years with two extension options of respectively two and one year periods (2 + 2 + 1).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000631344
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR412660
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
50 - Repair and maintenance services
-
- CPV Codes
35110000 - Firefighting, rescue and safety equipment
50000000 - Repair and maintenance services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £87,376 Under £100K
Notice Dates
- Publication Date
- 21 Apr 20214 years ago
- Submission Deadline
- 2 Nov 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 19 Apr 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF EDINBURGH
- Contact Name
- Mihaela Maican
- Contact Email
- mmaican@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=OCT395932
Evacuation Chairs: Supply, Installation, Maintenance, Servicing, Repairs and Training - The University of Edinburgh (UoE) is looking to establish a single-supplier framework agreement for comprehensive, integrated Evacuation Chairs management across its Estate to support compliance with PUWER regulations and other related legislation. This contract will cover the supply, installation, maintenance, servicing and repair of the University's portfolio of Evacuation Chairs, as well as appropriate staff training throughout the lifetime of the contract. It is expected that the agreement will cover the renewal of the University's Evacuation Chairs inventory as well as any future purchases, to ensure consistent management across the various locations. 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. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR412660
Evacuation Chairs: Supply, Installation, Maintenance, Servicing, Repairs and Training - The University of Edinburgh (UoE) is looking to establish a single-supplier framework agreement for comprehensive, integrated Evacuation Chairs management across its Estate to support compliance with PUWER regulations and other related legislation. This contract will cover the supply, installation, maintenance, servicing and repair of the University's portfolio of Evacuation Chairs, as well as appropriate staff training throughout the lifetime of the contract. The agreement will include the renewal of the University's Evacuation Chairs inventory as well as any future purchases, to ensure consistent management across the various locations. This procurement has been conducted via the Public Contracts Scotland - Tender portal (PCS-T). A one stage Open procedure has been applied. Bidders have been asked to self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PCS-T. Specific requirements have been included in the Section III of this Contract 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-r6ebe6-0000631344-2021-04-21T00:00:00Z",
"date": "2021-04-21T00:00:00Z",
"ocid": "ocds-r6ebe6-0000631344",
"initiationType": "tender",
"parties": [
{
"id": "org-98",
"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": "Mihaela Maican",
"email": "mmaican@ed.ac.uk",
"telephone": "+44 1316502508",
"url": "https://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-18",
"name": "Edinburgh Sheriff Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court"
},
"address": {
"streetAddress": "27 Chambers St",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-122",
"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": "Mihaela Maican",
"email": "mmaican@ed.ac.uk",
"telephone": "+44 1316502508",
"url": "http://"
},
"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-123",
"name": "EVACUSCAPE LTD",
"identifier": {
"legalName": "EVACUSCAPE LTD"
},
"address": {
"streetAddress": "GUNS LANE, WEST BROMWICH",
"locality": "BIRMINGHAM",
"region": "UKG3",
"postalCode": "B70 9HS"
},
"contactPoint": {
"telephone": "+44 7956154248"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-35",
"name": "Edinburgh Sheriff Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, 27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"telephone": "+44 1312252525",
"url": "https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "University Of Edinburgh",
"id": "org-122"
},
"tender": {
"id": "EC0895",
"title": "Evacuation Chairs: Supply, Installation, Maintenance, Servicing, Repairs and Training",
"description": "The University of Edinburgh (UoE) is looking to establish a single-supplier framework agreement for comprehensive, integrated Evacuation Chairs management across its Estate to support compliance with PUWER regulations and other related legislation. This contract will cover the supply, installation, maintenance, servicing and repair of the University's portfolio of Evacuation Chairs, as well as appropriate staff training throughout the lifetime of the contract. The agreement will include the renewal of the University's Evacuation Chairs inventory as well as any future purchases, to ensure consistent management across the various locations. This procurement has been conducted via the Public Contracts Scotland - Tender portal (PCS-T). A one stage Open procedure has been applied. Bidders have been asked to self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PCS-T. Specific requirements have been included in the Section III of this Contract Notice.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "35110000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2020-11-02T12:00:00Z"
},
"awardPeriod": {
"startDate": "2020-11-02T12:00:00Z"
},
"documents": [
{
"id": "OCT395932",
"documentType": "contractNotice",
"title": "Evacuation Chairs: Supply, Installation, Maintenance, Servicing, Repairs and Training",
"description": "The University of Edinburgh (UoE) is looking to establish a single-supplier framework agreement for comprehensive, integrated Evacuation Chairs management across its Estate to support compliance with PUWER regulations and other related legislation. This contract will cover the supply, installation, maintenance, servicing and repair of the University's portfolio of Evacuation Chairs, as well as appropriate staff training throughout the lifetime of the contract. It is expected that the agreement will cover the renewal of the University's Evacuation Chairs inventory as well as any future purchases, to ensure consistent management across the various locations. 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=OCT395932",
"format": "text/html"
},
{
"id": "APR412660",
"documentType": "awardNotice",
"title": "Evacuation Chairs: Supply, Installation, Maintenance, Servicing, Repairs and Training",
"description": "The University of Edinburgh (UoE) is looking to establish a single-supplier framework agreement for comprehensive, integrated Evacuation Chairs management across its Estate to support compliance with PUWER regulations and other related legislation. This contract will cover the supply, installation, maintenance, servicing and repair of the University's portfolio of Evacuation Chairs, as well as appropriate staff training throughout the lifetime of the contract. The agreement will include the renewal of the University's Evacuation Chairs inventory as well as any future purchases, to ensure consistent management across the various locations. This procurement has been conducted via the Public Contracts Scotland - Tender portal (PCS-T). A one stage Open procedure has been applied. Bidders have been asked to self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PCS-T. Specific requirements have been included in the Section III of this Contract Notice.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR412660",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The University of Edinburgh (UoE) is looking to establish a single-supplier framework agreement for comprehensive, integrated Evacuation Chairs management across its Estate to support our compliance with PUWER regulations and other related legislation. This contract will cover the supply, installation, maintenance, servicing and repair of the University's portfolio of Evacuation Chairs, as well as appropriate staff training throughout the lifetime of the contract. It is expected that the agreement will include the renewal of the University's Evacuation Chairs inventory as well as any future purchases, to ensure consistent management across the various locations. The key focus of this procurement is to provide a unique, clear, consolidated evacuation solution that can be managed effectively across a variety of locations. The contract will be structured around the following elements: 1) Supply and Installation of Evacuation Chairs as per specification 2) Annual Maintenance, Repair (including reactive) and Re-certification of the UoE Evacuation Chairs portfolio 3) Training For the supply, a manual, i.e. not battery powered solution is sought, covering: downward evacuation (suitable for the majority of UoE buildings) and upward evacuation/all-terrain (as dictated by specific building access & configuration). It is estimated about 175 - 190 chairs will fall within the first category and approximately 5 - 10 should cover the more complex requirements included in the second category. The initial purchase and installation will be phased over a period of approximately 3 months, to allow safe delivery and implementation. In addition to supply & installation, the appointed supplier will be expected to ensure full management of the Evacuation Chairs, providing a comprehensive package including annual inspection, asset management, maintenance, servicing, stair testing, repairs and re-certification in accordance with manufacturer standards and full, continuous compliance to the legislation applicable to Class One Medical Equipment. All the chairs are to be maintained with new, original manufacturer supplied and approved spare parts, to the highest standard by readily available, trained, authorised, competent personnel. Suitable, certified 'Train the Trainer' and Refresher on-site courses for up to 10 no. University staff at one time will also be required as part of the agreement, with the first session delivered at the start of the contract. It is anticipated that a total portfolio of about 200 chairs will be handled throughout the duration of this contract. The proposed overall contractual period is 5 years (an initial period of two years with an option to grant an extension for a further 2 and respectively 1 year periods, 2+2+1). This contract has been 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.. The tender evaluation has consisted of 3 parts (qualification, technical and commercial) and has also included a sample assessment & virtual demonstration. Details of the evaluation process have been included in the ITT document on PCS-T & updates circulated to bidders via the PCS-T message board. The total contract value is an estimate calculated using the scenarios detailed in the ITT.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Service Delivery (Testing, Service, Maintenance and Certification)",
"description": "30"
},
{
"type": "cost",
"name": "Supply and Installation",
"description": "60"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "The initial contract period is 2 years with two extension options of respectively two and one year periods (2 + 2 + 1)."
}
}
],
"bidOpening": {
"date": "2020-11-02T12:00:00Z"
},
"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 87,322.8 GBP for the last 3 years (excluding VAT). It is a requirement of this Framework 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 million GBP Public Liability Insurance = 5 million GBP Professional Indemnity Insurance = 2 million 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 ESPD ref. 4C1.2 Question 1 Pass/Fail Please note: Bidders must confirm that they can provide manual evacuation chairs, capable of traversing up and down staircase, that are fully compliant with PUWER Regulations (Class 1 medical device). The bidders should provide evidence of the compliance of the equipment. ESPD ref. 4C1.2 Question 2 Pass/Fail Please note: Bidders must confirm that they are authorised by the manufacturer and capable of servicing, inspecting, testing, certifying and undertaking minor repairs to the types of evacuation chairs noted in the question above. Evidence should be provided of the manufacturer's authorisation. ESPD ref. 4C1.2 Question 3 For information only (this question will not be evaluated) Please state in detail the principal business activities of your organisation, highlighting the portion that is directly related to the scope of this Framework. Please note should your organisation propose to sub-contract any part of this Framework, then please provide further information on the scope and split which will be applicable to all parties. ESPD ref. 4C1.2 Question 4 For information only (this question will not be evaluated) Bidders are required to provide details of how they manage reporting with other customers including details of any digital portal. Your response should include a flow chart. Please provide detail of what measures are in place to ensure reporting is completed on time and to a high standard. 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 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). ESPD 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.1.1 Statement 1: Quality Management 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.1.1 Statement 2: Health & Safety 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 statement. ESPD 4D.2 Statement: Environmental Management 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: Environmental Management 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
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1,
"periodRationale": "Due to the specifics of the procurement and life expectancy of the chairs, it is believed that a 5-year contract will deliver the optimal level of consistency for a most economically advantageous renewal and good management of the evacuation chairs portfolio."
}
},
"classification": {
"id": "50000000",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2020/S 192-465191"
}
],
"description": "(SC Ref:651462)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000631344"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000631344"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "EC0895",
"suppliers": [
{
"id": "org-123",
"name": "EVACUSCAPE LTD"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "EC0895",
"awardID": "EC0895",
"status": "active",
"value": {
"amount": 87376.8,
"currency": "GBP"
},
"dateSigned": "2021-04-19T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "327",
"measure": "bids",
"value": 6,
"relatedLot": "1"
},
{
"id": "328",
"measure": "smeBids",
"value": 6,
"relatedLot": "1"
},
{
"id": "329",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "330",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "331",
"measure": "electronicBids",
"value": 6,
"relatedLot": "1"
}
]
}
}