Notice Information
Notice Title
Lift Consultant
Notice Description
The University of Edinburgh wishes to appoint a single supplier to provide all Lift Consultancy services across the University estate. The appointed Lift Consultant will be required to manage the following; a) The existing Lift Term Maintenance Contract b) Lift Insurer Health Safety Inspection Reports c) New Lift Installations The Lift Consultant Engineer would on behalf of the UOE Estates Department, overview In-House and External Design Teams proposals on New Lift Installations. d) The Lift Consultant would on behalf of the UOE Estates Department attend all new lift installation handover meetings and produce a written report any issues arising. e) The Lift Consultant to provide Contract Administrator Services from RIBA stages 1-7 for the installation of replacement lifts. f) The Lift Consultant to provide CDM/Principal Designer Role for the installation of replacement lifts. g) The Lift consultant will assist the University with procuring a new lift maintenance contract. This will include inputting into the specification/tender documents and they may be asked to form part of the evaluation panel. Proposed contract duration is 2 years with 3 x 1-year extension options (2+1+1+1). This contract is being tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies may access and utilize this contract at any time during the life of the contract. 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 SPD (Scotland) in PCST, 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 competing the SPD in PCST.
Lot Information
Lot 1
The University of Edinburgh wishes to appoint a Lift Consultant Engineer to manage the Lift Term Maintenance Contract and Lift Insurer Health Safety Inspection Reports. New Lift Installations. The Lift Consultant Engineer would on behalf of the UOE Estates Department, overview In-House and external Design Teams New Lift Installation proposals. The Lift Consultant would on behalf of the UOE Estates Department attend all new lift installation handover meetings and produce a written report any issues arising. The Lift Consultant would act as Contract Administrator and Principal Designer for the Installation of new Lift Installations. There will also be a requirement for the lift consultant to input into any procurement for a new lift maintenance contract. This may include writing the specification/tender documents and may require the consultant to form part of the evaluation panel.
Renewal: 2 years with the option to extend for a further 3 in total (2+1+1+1)
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000652638
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG425844
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
42 - Industrial machinery
50 - Repair and maintenance services
-
- CPV Codes
42416100 - Lifts
50750000 - Lift-maintenance services
Notice Value(s)
- Tender Value
- £320,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £101,250 £100K-£500K
Notice Dates
- Publication Date
- 30 Aug 20214 years ago
- Submission Deadline
- 7 Jun 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 10 Aug 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Approximately 12 months prior to the expiration of this agreement.
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
- Additional Buyers
- Contact Name
- Antonia, Elizabeth Lebost
- Contact Email
- antonia.hynd@ed.ac.uk, c.m.brown@ed.ac.uk, elizabeth.lebost@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=MAY413553
Lift Consultant - The University of Edinburgh wishes to appoint a single supplier to provide all Lift Consultancy services across the University estate. The appointed Lift Consultant will be required to manage the following; a) The existing Lift Term Maintenance Contract b) Lift Insurer Health Safety Inspection Reports c) New Lift Installations The Lift Consultant Engineer would on behalf of the UOE Estates Department, overview In-House and External Design Teams proposals on New Lift Installations. d) The Lift Consultant would on behalf of the UOE Estates Department attend all new lift installation handover meetings and produce a written report any issues arising. e) The Lift Consultant to provide Contract Administrator Services from RIBA stages 1-7 for the installation of replacement lifts. f) The Lift Consultant to provide CDM/Principal Designer Role for the installation of replacement lifts. g) The Lift consultant will assist the University with procuring a new lift maintenance contract. This will include inputting into the specification/tender documents and they may be asked to form part of the evaluation panel. Proposed contract duration is 2 years with 3 x 1-year extension options (2+1+1+1). This contract is being tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies may access and utilize this contract at any time during the life of the contract. 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 SPD (Scotland) in PCST, 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 competing the SPD in PCST. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG425844
Lift Consultant - The University of Edinburgh wishes to appoint a single supplier to provide all Lift Consultancy services across the University estate. The appointed Lift Consultant will be required to manage the following; a) The existing Lift Term Maintenance Contract b) Lift Insurer Health Safety Inspection Reports c) New Lift Installations The Lift Consultant Engineer would on behalf of the UOE Estates Department, overview In-House and External Design Teams proposals on New Lift Installations. d) The Lift Consultant would on behalf of the UOE Estates Department attend all new lift installation handover meetings and produce a written report any issues arising. e) The Lift Consultant to provide Contract Administrator Services from RIBA stages 1-7 for the installation of replacement lifts. f) The Lift Consultant to provide CDM/Principal Designer Role for the installation of replacement lifts. g) The Lift consultant will assist the University with procuring a new lift maintenance contract. This will include inputting into the specification/tender documents and they may be asked to form part of the evaluation panel. Proposed contract duration is 2 years with 3 x 1-year extension options (2+1+1+1). This contract is being tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies may access and utilize this contract at any time during the life of the contract. 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 SPD (Scotland) in PCST, 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 competing the SPD in PCST.
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-r6ebe6-0000652638-2021-08-30T00:00:00Z",
"date": "2021-08-30T00:00:00Z",
"ocid": "ocds-r6ebe6-0000652638",
"initiationType": "tender",
"parties": [
{
"id": "org-94",
"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": "Antonia",
"email": "antonia.hynd@ed.ac.uk",
"telephone": "+44 1316502508",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"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"
}
},
{
"id": "org-7",
"name": "The University of Edinburgh",
"identifier": {
"legalName": "The University of Edinburgh"
},
"address": {
"streetAddress": "Charles Stewart House, 9-16 Chambers Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH1 1HT"
},
"contactPoint": {
"name": "Elizabeth Lebost",
"email": "elizabeth.lebost@ed.ac.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer",
"centralPurchasingBody",
"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-16",
"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": "c.m.brown@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-17",
"name": "Dewar Partnership Limited",
"identifier": {
"legalName": "Dewar Partnership Limited"
},
"address": {
"streetAddress": "Ground Floor Unit 501Centennial Park, Centennial Avenue Elstree",
"locality": "Borehamwood",
"region": "UKM",
"postalCode": "WD6 3Fg"
},
"contactPoint": {
"telephone": "+44 7763032946"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-18",
"name": "Edinburgh Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "Sheriff Court House, 27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "University Of Edinburgh",
"id": "org-16"
},
"tender": {
"id": "EC0946",
"title": "Lift Consultant",
"description": "The University of Edinburgh wishes to appoint a single supplier to provide all Lift Consultancy services across the University estate. The appointed Lift Consultant will be required to manage the following; a) The existing Lift Term Maintenance Contract b) Lift Insurer Health Safety Inspection Reports c) New Lift Installations The Lift Consultant Engineer would on behalf of the UOE Estates Department, overview In-House and External Design Teams proposals on New Lift Installations. d) The Lift Consultant would on behalf of the UOE Estates Department attend all new lift installation handover meetings and produce a written report any issues arising. e) The Lift Consultant to provide Contract Administrator Services from RIBA stages 1-7 for the installation of replacement lifts. f) The Lift Consultant to provide CDM/Principal Designer Role for the installation of replacement lifts. g) The Lift consultant will assist the University with procuring a new lift maintenance contract. This will include inputting into the specification/tender documents and they may be asked to form part of the evaluation panel. Proposed contract duration is 2 years with 3 x 1-year extension options (2+1+1+1). This contract is being tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies may access and utilize this contract at any time during the life of the contract. 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 SPD (Scotland) in PCST, 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 competing the SPD in PCST.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "42416100",
"scheme": "CPV"
},
{
"id": "50750000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "University of Edinburgh estate"
},
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 320000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2021-06-07T12:00:00Z"
},
"awardPeriod": {
"startDate": "2021-06-07T12:00:00Z"
},
"documents": [
{
"id": "MAY413553",
"documentType": "contractNotice",
"title": "Lift Consultant",
"description": "The University of Edinburgh wishes to appoint a single supplier to provide all Lift Consultancy services across the University estate. The appointed Lift Consultant will be required to manage the following; a) The existing Lift Term Maintenance Contract b) Lift Insurer Health Safety Inspection Reports c) New Lift Installations The Lift Consultant Engineer would on behalf of the UOE Estates Department, overview In-House and External Design Teams proposals on New Lift Installations. d) The Lift Consultant would on behalf of the UOE Estates Department attend all new lift installation handover meetings and produce a written report any issues arising. e) The Lift Consultant to provide Contract Administrator Services from RIBA stages 1-7 for the installation of replacement lifts. f) The Lift Consultant to provide CDM/Principal Designer Role for the installation of replacement lifts. g) The Lift consultant will assist the University with procuring a new lift maintenance contract. This will include inputting into the specification/tender documents and they may be asked to form part of the evaluation panel. Proposed contract duration is 2 years with 3 x 1-year extension options (2+1+1+1). This contract is being tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies may access and utilize this contract at any time during the life of the contract. 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 SPD (Scotland) in PCST, 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 competing the SPD in PCST.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY413553",
"format": "text/html"
},
{
"id": "AUG425844",
"documentType": "awardNotice",
"title": "Lift Consultant",
"description": "The University of Edinburgh wishes to appoint a single supplier to provide all Lift Consultancy services across the University estate. The appointed Lift Consultant will be required to manage the following; a) The existing Lift Term Maintenance Contract b) Lift Insurer Health Safety Inspection Reports c) New Lift Installations The Lift Consultant Engineer would on behalf of the UOE Estates Department, overview In-House and External Design Teams proposals on New Lift Installations. d) The Lift Consultant would on behalf of the UOE Estates Department attend all new lift installation handover meetings and produce a written report any issues arising. e) The Lift Consultant to provide Contract Administrator Services from RIBA stages 1-7 for the installation of replacement lifts. f) The Lift Consultant to provide CDM/Principal Designer Role for the installation of replacement lifts. g) The Lift consultant will assist the University with procuring a new lift maintenance contract. This will include inputting into the specification/tender documents and they may be asked to form part of the evaluation panel. Proposed contract duration is 2 years with 3 x 1-year extension options (2+1+1+1). This contract is being tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies may access and utilize this contract at any time during the life of the contract. 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 SPD (Scotland) in PCST, 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 competing the SPD in PCST.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG425844",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The University of Edinburgh wishes to appoint a Lift Consultant Engineer to manage the Lift Term Maintenance Contract and Lift Insurer Health Safety Inspection Reports. New Lift Installations. The Lift Consultant Engineer would on behalf of the UOE Estates Department, overview In-House and external Design Teams New Lift Installation proposals. The Lift Consultant would on behalf of the UOE Estates Department attend all new lift installation handover meetings and produce a written report any issues arising. The Lift Consultant would act as Contract Administrator and Principal Designer for the Installation of new Lift Installations. There will also be a requirement for the lift consultant to input into any procurement for a new lift maintenance contract. This may include writing the specification/tender documents and may require the consultant to form part of the evaluation panel.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "2 years with the option to extend for a further 3 in total (2+1+1+1)"
}
}
],
"bidOpening": {
"date": "2021-06-07T12:00:00Z"
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"performanceTerms": "Service Requirement - minimum requirement The consultant must meet the requirement to have a member/s of their team available for both in and out of hours contact for 365 days a year. Emergency contact number and call out service is required. The consultant must meet the requirement to respond to any emergencies within 24 hours of the University (or third party) contacting them Emergency contact number and call out service is required. All other contract management requirements detailed within the ITT"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "List and brief description of selection criteria: SPD 4B.1.1 Statement - Bidders will be required to have a minimum \"general\" yearly turnover of 128,000 GBP for the last 3 years SPD 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. SPD 4B.5.1a and 4B.5.1b 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 Risk Indemnity Insurance = 5,000,000 GBP http://www.hse.gov.uk/pubns/hse40.pdf SPD 4B.6 Statements Bidders 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",
"minimum": "SPD 4D.1 1st Statement 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). SPD 4D.1 2nd Statement Health and 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, in 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. SPD 4D1.1 1st Statement Quality Management. If the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), then the bidder must have the following: A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. SPD 4D1.1 2nd Statement Health and 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, in 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: A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale relevant to the nature and scale of your operations and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant operations and set out your company's responsibilities of H&S management and compliance with legislation. NOTE: Organisations with fewer than five employees are not required by law to have a documented policy statement. SPD 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 SPD 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: A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for examplehazardous substances spill control)."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "50750000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "Approximately 12 months prior to the expiration of this agreement."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "The value of the award is based on annual consultancy for lift maintenance only as it is difficult to know how much of the contract will be for new lift installations. 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 relevant obligations, 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, in regards to the protected characteristics of age, disability, gender reassignment, marriage and civil partnership, pregnancy and maternity, race, religion or belief, sex and sexual orientation (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 annu (SC Ref:665487)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000652638"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000652638"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "EC0946",
"suppliers": [
{
"id": "org-17",
"name": "Dewar Partnership Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "EC0946",
"awardID": "EC0946",
"status": "active",
"value": {
"amount": 101250,
"currency": "GBP"
},
"dateSigned": "2021-08-10T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2021/S 000-009510"
}
],
"bids": {
"statistics": [
{
"id": "31",
"measure": "bids",
"value": 7,
"relatedLot": "1"
},
{
"id": "32",
"measure": "smeBids",
"value": 4,
"relatedLot": "1"
},
{
"id": "33",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "34",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "35",
"measure": "electronicBids",
"value": 7,
"relatedLot": "1"
}
]
}
}