Planning

Catalogue Supplier for Medical Devices and Consumables

UNIVERSITY OF EDINBURGH

This public procurement record has 1 release in its history.

Planning

21 Oct 2020 at 00:00

Summary of the contracting process

The University of Edinburgh is initiating a tender process for the creation of a framework to select a catalogue supplier for medical devices and consumables. The procurement is classified under the education industry, and the planned notice for this contract is targeted for release by November 30, 2020. This procurement is currently in the planning stage, focusing on the supplier's capacity and capability, with estimated annual spending around £250,000. The specified location for service delivery is Edinburgh, and interested suppliers should pay attention to the minimum standards required, including financial stability and technical qualifications.

This tender presents significant opportunities for suppliers in the medical equipment and consumables sector, especially those that have established relationships with manufacturers and can offer a broad range of products such as anaesthesia accessories and diagnostic tools. Businesses that can demonstrate compliance with BS EN Standards and possess ISO9000 certification may find themselves well-positioned to compete. Additionally, those capable of providing e-catalogue capabilities and customisation services could add valuable differentiation, thus enhancing their chances of success in this competitive procurement process.

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

Catalogue Supplier for Medical Devices and Consumables

Notice Description

The University of Edinburgh (UoE) is intending to create a framework for an established supplier who can provide and manage a catalogue of medical devices and consumables. The estimated cost indicated in this notice is a rough calculation from spend across ALL categories and all known suppliers. This is an estimate only and does not provide any guarantee on potential spend levels. SUPPLIERS SHOULD NOTE THAT COVID-19 AND BREXIT MAY RESULT IN SIGNIFICANT REDUCTIONS IN SPEND. Minimum standards will focus on suppliers capacity and capability, both from a technical and financial perspective. Suppliers will be required to pass all Minimum standards with an unconditional 'YES'. Examples of Minimum Standards are listed below albeit these are subject to change. - Capital Equipment (sub 50K GBP purchases) could be bought from this framework. The successful supplier will need to be able to source this equipment through established suppliers. - All pricing will be inclusive of delivery i.e. no delivery charge should be added to orders - Supplier will be responsible for identifying VAT ZERO RATED items and must be able to accept and handle the VAT ZERO RATED Certificate from the University. - It is mandatory for suppliers to provide proof of turnover twice the estimated contract value as well as audited accounts for five years. - Suppliers MUST have formal arrangements with manufacturers. - Suppliers are asked to provide a straight forward SciQuest Catalogue which we envisage will be developed down the line. - ALL equipment and products shall comply with BS EN Standards and CE Marking. - Suppliers MUST be ISO9000 registered or equivalent by means of 3rd party assessment and registration. - Suppliers MUST have a UK based bank account as SciQuest require this from every supplier. - Suppliers must provide e-catalgoue capability through means of a web page / catalogue to prove established product lines. Technical scored questions will focus on but not limited to; Contract coverage and catalogue management - What % of goods can you provide - Ability to add new products to catalogues (need to be highly weighted) - Managing catalogues - communicating with Procurement etc. - Working with the University to identify new areas to add to catalogue - Ensuring best quality of goods - how do they source? Ensure due diligence is carried out Service - Dealing with invoice issues - Customer service (call centres, reps. etc) - Warranties on goods - Returns - Ability for consolidated ordering Delivery - Delivery times for 'core products' - % of catalogue that can be delivered within 2 days - 5 of catalogue that can be delivered within 5 days - BREXIT - TARIFFS AND DUTIES. Fair Work Practices and Provenance of Supply Chain - Supply Chain code of conduct - What steps and evidence. Sustainability - Innovations; packaging, deliveries - Recycling schemes Community Benefits Embroidery / customisation service - Number of products that can be customised - Ensuring quality ADDED VALUE - Further added value i.e. early payment discounts, open book, new product discounts, ability to do promotions COMMERCIAL - suppliers will be asked to provide a rebate system based on annual spend levels PLEASE NOTE: THIS NOTICE IS BY NO MEANS A FIRM INDICATION OF HOW THE FRAMEWORK WILL OPERATE. THE UNIVERSITY RESERVES THE RIGHT TO ALTER THE CONTENT UP TO THE POINT OF TENDER PUBLICATION. IN ADDITION, THE CURRENT AND POTENTIAL ECONOMIC AND PANDEMIC ORIENTATED CLIMATE MAY RESULT IN THE UNIVERSITY PULLING THE TENDER BEFORE IT'S PUBLICATION OR DURING THE TENDER PROCESS.

Lot Information

Lot 1

The University currently spends roughly 250k GBP per year on medical devices and consumables across a wide supplier base. We are looking to rationalise this supply base by awarding a single supplier onto a framework who can produce and manage a catalogue of medical devices and consumables. Most products will be 'off the shelf' with the possibility of customising larger orders or specialist equipment. It is our intention that the University will work with the supplier to increase their product portfolio thus increasing their catalogue size. This can be done on an annual basis but may be more frequent if practical. We are also looking at the possibility of hosting University customised and embroidered equipment such as: stethescopes; lab coats; and medical bags, either on the catalogue or via The University's online shop (ePay). It would be valuable to understand if suppliers can provide this type of service as well. Catalogues should be available online which can be managed through The University's eProcurement platform. More complex equipment, typically 10K GBP and above would be quoted for and ordered as 'off or non-catalogue items'. More complex or higher value items will not be excluded, albeit they may require a quotation to ensure compatibility with specific clinical needs. Type of equipment, of which the supplier must be able to provide at least 80% of the below from established product ranges: - Anaesthesia accessories - Oxygen therapy, nebulisers and medical vacuum devices - Resuscitation, and training simulation equipment - Small diathermy devices - Portable ultrasound devices - Doppler, scanning and imaging devices - Physiological patient monitoring devices - Blood pressure monitoring equipment - Diagnostic ECG machines - Thermometers (human) - Cleaning and disinfection items ultrasonic baths, bench top sterilisers - Ophthalmoscopes & Otoscopes - Stethoscopes - Medical consumables (human) - Medical furniture, medicines and drug storage - Beds, couches and treatment trollies - Medical luminaires - Patient handling devices - Anatomical training models and posters - Medicines and drugs fridges THE FOLLOWING MUST NOT (!) BE INCLUDED: - Controlled drugs - Medical PPE - Medicines (for human or animal consumption) - IV Fluids - Blood products - Novel Compounds It is our intention to include in the tender documents a list of Lothian Health board "named" compatible equipment to ensure compatibility with NHS equipment, training, and safety information for dual contract staff. This will likely form a minimum standard. PLEASE NOTE: YOUR SUBMISSION MUST NOT INCLUDE PPE. MEDICAL AND LABORATORY PPE IS NOT INCLUDED AS PART OF THIS FRAMEWORK AND IS ADDRESSED BY OTHER MEANS.. It is anticipated that the tender documentation will be made available on Public Contracts Scotland - Tender by November 2020. Prior to tendering for this service we wish to gauge market interest and environment which will assist us in developing relevant tender documentation. Please 'express interest' and provide further information if you can.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000631891
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT397731
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
OJEU - F1 - Prior Information Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products


CPV Codes

33100000 - Medical equipments

33124100 - Diagnostic devices

33140000 - Medical consumables

33170000 - Anaesthesia and resuscitation

33190000 - Miscellaneous medical devices and products

33192000 - Medical furniture

33195000 - Patient-monitoring system

33199000 - Medical clothing

Notice Value(s)

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

Notice Dates

Publication Date
21 Oct 20205 years ago
Submission Deadline
Not specified
Future Notice Date
30 Nov 2020Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
UNIVERSITY OF EDINBURGH
Contact Name
Steph Buchanan
Contact Email
stephanie.buchanan@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=OCT397731
    Catalogue Supplier for Medical Devices and Consumables - The University of Edinburgh (UoE) is intending to create a framework for an established supplier who can provide and manage a catalogue of medical devices and consumables. The estimated cost indicated in this notice is a rough calculation from spend across ALL categories and all known suppliers. This is an estimate only and does not provide any guarantee on potential spend levels. SUPPLIERS SHOULD NOTE THAT COVID-19 AND BREXIT MAY RESULT IN SIGNIFICANT REDUCTIONS IN SPEND. Minimum standards will focus on suppliers capacity and capability, both from a technical and financial perspective. Suppliers will be required to pass all Minimum standards with an unconditional 'YES'. Examples of Minimum Standards are listed below albeit these are subject to change. - Capital Equipment (sub 50K GBP purchases) could be bought from this framework. The successful supplier will need to be able to source this equipment through established suppliers. - All pricing will be inclusive of delivery i.e. no delivery charge should be added to orders - Supplier will be responsible for identifying VAT ZERO RATED items and must be able to accept and handle the VAT ZERO RATED Certificate from the University. - It is mandatory for suppliers to provide proof of turnover twice the estimated contract value as well as audited accounts for five years. - Suppliers MUST have formal arrangements with manufacturers. - Suppliers are asked to provide a straight forward SciQuest Catalogue which we envisage will be developed down the line. - ALL equipment and products shall comply with BS EN Standards and CE Marking. - Suppliers MUST be ISO9000 registered or equivalent by means of 3rd party assessment and registration. - Suppliers MUST have a UK based bank account as SciQuest require this from every supplier. - Suppliers must provide e-catalgoue capability through means of a web page / catalogue to prove established product lines. Technical scored questions will focus on but not limited to; Contract coverage and catalogue management - What % of goods can you provide - Ability to add new products to catalogues (need to be highly weighted) - Managing catalogues - communicating with Procurement etc. - Working with the University to identify new areas to add to catalogue - Ensuring best quality of goods - how do they source? Ensure due diligence is carried out Service - Dealing with invoice issues - Customer service (call centres, reps. etc) - Warranties on goods - Returns - Ability for consolidated ordering Delivery - Delivery times for 'core products' - % of catalogue that can be delivered within 2 days - 5 of catalogue that can be delivered within 5 days - BREXIT - TARIFFS AND DUTIES. Fair Work Practices and Provenance of Supply Chain - Supply Chain code of conduct - What steps and evidence. Sustainability - Innovations; packaging, deliveries - Recycling schemes Community Benefits Embroidery / customisation service - Number of products that can be customised - Ensuring quality ADDED VALUE - Further added value i.e. early payment discounts, open book, new product discounts, ability to do promotions COMMERCIAL - suppliers will be asked to provide a rebate system based on annual spend levels PLEASE NOTE: THIS NOTICE IS BY NO MEANS A FIRM INDICATION OF HOW THE FRAMEWORK WILL OPERATE. THE UNIVERSITY RESERVES THE RIGHT TO ALTER THE CONTENT UP TO THE POINT OF TENDER PUBLICATION. IN ADDITION, THE CURRENT AND POTENTIAL ECONOMIC AND PANDEMIC ORIENTATED CLIMATE MAY RESULT IN THE UNIVERSITY PULLING THE TENDER BEFORE IT'S PUBLICATION OR DURING THE TENDER PROCESS.

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-r6ebe6-0000631891-2020-10-21T00:00:00Z",
    "date": "2020-10-21T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000631891",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-9",
            "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": "Steph Buchanan",
                "email": "stephanie.buchanan@ed.ac.uk",
                "telephone": "+44 1316502508",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "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"
            }
        }
    ],
    "buyer": {
        "name": "University Of Edinburgh",
        "id": "org-9"
    },
    "planning": {
        "documents": [
            {
                "id": "OCT397731",
                "documentType": "plannedProcurementNotice",
                "title": "Catalogue Supplier for Medical Devices and Consumables",
                "description": "The University of Edinburgh (UoE) is intending to create a framework for an established supplier who can provide and manage a catalogue of medical devices and consumables. The estimated cost indicated in this notice is a rough calculation from spend across ALL categories and all known suppliers. This is an estimate only and does not provide any guarantee on potential spend levels. SUPPLIERS SHOULD NOTE THAT COVID-19 AND BREXIT MAY RESULT IN SIGNIFICANT REDUCTIONS IN SPEND. Minimum standards will focus on suppliers capacity and capability, both from a technical and financial perspective. Suppliers will be required to pass all Minimum standards with an unconditional 'YES'. Examples of Minimum Standards are listed below albeit these are subject to change. - Capital Equipment (sub 50K GBP purchases) could be bought from this framework. The successful supplier will need to be able to source this equipment through established suppliers. - All pricing will be inclusive of delivery i.e. no delivery charge should be added to orders - Supplier will be responsible for identifying VAT ZERO RATED items and must be able to accept and handle the VAT ZERO RATED Certificate from the University. - It is mandatory for suppliers to provide proof of turnover twice the estimated contract value as well as audited accounts for five years. - Suppliers MUST have formal arrangements with manufacturers. - Suppliers are asked to provide a straight forward SciQuest Catalogue which we envisage will be developed down the line. - ALL equipment and products shall comply with BS EN Standards and CE Marking. - Suppliers MUST be ISO9000 registered or equivalent by means of 3rd party assessment and registration. - Suppliers MUST have a UK based bank account as SciQuest require this from every supplier. - Suppliers must provide e-catalgoue capability through means of a web page / catalogue to prove established product lines. Technical scored questions will focus on but not limited to; Contract coverage and catalogue management - What % of goods can you provide - Ability to add new products to catalogues (need to be highly weighted) - Managing catalogues - communicating with Procurement etc. - Working with the University to identify new areas to add to catalogue - Ensuring best quality of goods - how do they source? Ensure due diligence is carried out Service - Dealing with invoice issues - Customer service (call centres, reps. etc) - Warranties on goods - Returns - Ability for consolidated ordering Delivery - Delivery times for 'core products' - % of catalogue that can be delivered within 2 days - 5 of catalogue that can be delivered within 5 days - BREXIT - TARIFFS AND DUTIES. Fair Work Practices and Provenance of Supply Chain - Supply Chain code of conduct - What steps and evidence. Sustainability - Innovations; packaging, deliveries - Recycling schemes Community Benefits Embroidery / customisation service - Number of products that can be customised - Ensuring quality ADDED VALUE - Further added value i.e. early payment discounts, open book, new product discounts, ability to do promotions COMMERCIAL - suppliers will be asked to provide a rebate system based on annual spend levels PLEASE NOTE: THIS NOTICE IS BY NO MEANS A FIRM INDICATION OF HOW THE FRAMEWORK WILL OPERATE. THE UNIVERSITY RESERVES THE RIGHT TO ALTER THE CONTENT UP TO THE POINT OF TENDER PUBLICATION. IN ADDITION, THE CURRENT AND POTENTIAL ECONOMIC AND PANDEMIC ORIENTATED CLIMATE MAY RESULT IN THE UNIVERSITY PULLING THE TENDER BEFORE IT'S PUBLICATION OR DURING THE TENDER PROCESS.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT397731",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "EC0729",
        "title": "Catalogue Supplier for Medical Devices and Consumables",
        "description": "The University of Edinburgh (UoE) is intending to create a framework for an established supplier who can provide and manage a catalogue of medical devices and consumables. The estimated cost indicated in this notice is a rough calculation from spend across ALL categories and all known suppliers. This is an estimate only and does not provide any guarantee on potential spend levels. SUPPLIERS SHOULD NOTE THAT COVID-19 AND BREXIT MAY RESULT IN SIGNIFICANT REDUCTIONS IN SPEND. Minimum standards will focus on suppliers capacity and capability, both from a technical and financial perspective. Suppliers will be required to pass all Minimum standards with an unconditional 'YES'. Examples of Minimum Standards are listed below albeit these are subject to change. - Capital Equipment (sub 50K GBP purchases) could be bought from this framework. The successful supplier will need to be able to source this equipment through established suppliers. - All pricing will be inclusive of delivery i.e. no delivery charge should be added to orders - Supplier will be responsible for identifying VAT ZERO RATED items and must be able to accept and handle the VAT ZERO RATED Certificate from the University. - It is mandatory for suppliers to provide proof of turnover twice the estimated contract value as well as audited accounts for five years. - Suppliers MUST have formal arrangements with manufacturers. - Suppliers are asked to provide a straight forward SciQuest Catalogue which we envisage will be developed down the line. - ALL equipment and products shall comply with BS EN Standards and CE Marking. - Suppliers MUST be ISO9000 registered or equivalent by means of 3rd party assessment and registration. - Suppliers MUST have a UK based bank account as SciQuest require this from every supplier. - Suppliers must provide e-catalgoue capability through means of a web page / catalogue to prove established product lines. Technical scored questions will focus on but not limited to; Contract coverage and catalogue management - What % of goods can you provide - Ability to add new products to catalogues (need to be highly weighted) - Managing catalogues - communicating with Procurement etc. - Working with the University to identify new areas to add to catalogue - Ensuring best quality of goods - how do they source? Ensure due diligence is carried out Service - Dealing with invoice issues - Customer service (call centres, reps. etc) - Warranties on goods - Returns - Ability for consolidated ordering Delivery - Delivery times for 'core products' - % of catalogue that can be delivered within 2 days - 5 of catalogue that can be delivered within 5 days - BREXIT - TARIFFS AND DUTIES. Fair Work Practices and Provenance of Supply Chain - Supply Chain code of conduct - What steps and evidence. Sustainability - Innovations; packaging, deliveries - Recycling schemes Community Benefits Embroidery / customisation service - Number of products that can be customised - Ensuring quality ADDED VALUE - Further added value i.e. early payment discounts, open book, new product discounts, ability to do promotions COMMERCIAL - suppliers will be asked to provide a rebate system based on annual spend levels PLEASE NOTE: THIS NOTICE IS BY NO MEANS A FIRM INDICATION OF HOW THE FRAMEWORK WILL OPERATE. THE UNIVERSITY RESERVES THE RIGHT TO ALTER THE CONTENT UP TO THE POINT OF TENDER PUBLICATION. IN ADDITION, THE CURRENT AND POTENTIAL ECONOMIC AND PANDEMIC ORIENTATED CLIMATE MAY RESULT IN THE UNIVERSITY PULLING THE TENDER BEFORE IT'S PUBLICATION OR DURING THE TENDER PROCESS.",
        "status": "planned",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "33140000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "33170000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "33190000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "33192000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "33199000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "33195000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "33124100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "mainProcurementCategory": "goods",
        "lots": [
            {
                "id": "1",
                "description": "The University currently spends roughly 250k GBP per year on medical devices and consumables across a wide supplier base. We are looking to rationalise this supply base by awarding a single supplier onto a framework who can produce and manage a catalogue of medical devices and consumables. Most products will be 'off the shelf' with the possibility of customising larger orders or specialist equipment. It is our intention that the University will work with the supplier to increase their product portfolio thus increasing their catalogue size. This can be done on an annual basis but may be more frequent if practical. We are also looking at the possibility of hosting University customised and embroidered equipment such as: stethescopes; lab coats; and medical bags, either on the catalogue or via The University's online shop (ePay). It would be valuable to understand if suppliers can provide this type of service as well. Catalogues should be available online which can be managed through The University's eProcurement platform. More complex equipment, typically 10K GBP and above would be quoted for and ordered as 'off or non-catalogue items'. More complex or higher value items will not be excluded, albeit they may require a quotation to ensure compatibility with specific clinical needs. Type of equipment, of which the supplier must be able to provide at least 80% of the below from established product ranges: - Anaesthesia accessories - Oxygen therapy, nebulisers and medical vacuum devices - Resuscitation, and training simulation equipment - Small diathermy devices - Portable ultrasound devices - Doppler, scanning and imaging devices - Physiological patient monitoring devices - Blood pressure monitoring equipment - Diagnostic ECG machines - Thermometers (human) - Cleaning and disinfection items ultrasonic baths, bench top sterilisers - Ophthalmoscopes & Otoscopes - Stethoscopes - Medical consumables (human) - Medical furniture, medicines and drug storage - Beds, couches and treatment trollies - Medical luminaires - Patient handling devices - Anatomical training models and posters - Medicines and drugs fridges THE FOLLOWING MUST NOT (!) BE INCLUDED: - Controlled drugs - Medical PPE - Medicines (for human or animal consumption) - IV Fluids - Blood products - Novel Compounds It is our intention to include in the tender documents a list of Lothian Health board \"named\" compatible equipment to ensure compatibility with NHS equipment, training, and safety information for dual contract staff. This will likely form a minimum standard. PLEASE NOTE: YOUR SUBMISSION MUST NOT INCLUDE PPE. MEDICAL AND LABORATORY PPE IS NOT INCLUDED AS PART OF THIS FRAMEWORK AND IS ADDRESSED BY OTHER MEANS.. It is anticipated that the tender documentation will be made available on Public Contracts Scotland - Tender by November 2020. Prior to tendering for this service we wish to gauge market interest and environment which will assist us in developing relevant tender documentation. Please 'express interest' and provide further information if you can.",
                "status": "planned"
            }
        ],
        "communication": {
            "futureNoticeDate": "2020-11-30T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "classification": {
            "id": "33100000",
            "scheme": "CPV"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "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=631891. (SC Ref:631891)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000631891"
        }
    ],
    "noticetype": "OJEU - F1 - Prior Information Notice"
}