{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000830359-2026-04-24T00:00:00Z",
    "date": "2026-04-24T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000830359",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-22",
            "name": "Scottish Government",
            "identifier": {
                "legalName": "Scottish Government"
            },
            "address": {
                "streetAddress": "5 Atlantic Quay, 150 Broomielaw",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G2 8LU"
            },
            "contactPoint": {
                "email": "shanna.boyle@gov.scot",
                "telephone": "+44 412425466",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=e23838b7-2eaf-4834-976e-27c8f3626fec&_ncp=1777042327337.41345-1"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Ministry or any other national or federal authority, including their regional or local subdivisions",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Social Justice",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.scotland.gov.uk"
            }
        },
        {
            "id": "org-23",
            "name": "Edinburgh Sheriff Court & Justice of the Peace Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court & Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "27 Chambers St",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Scottish Government",
        "id": "org-22"
    },
    "tender": {
        "id": "853660",
        "title": "DSF-Overhaul/Refresh of Scottish Government Fire Safety Guides",
        "description": "The Scottish Government has a requirement to place a contract with an external service provider for the provision of DSF-Overhaul/Refresh of Scottish Government Fire Safety Guides.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 90000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=e23838b7-2eaf-4834-976e-27c8f3626fec&_ncp=1777042327337.41345-1",
        "tenderPeriod": {
            "endDate": "2026-06-05T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2026-06-05T12:00:00Z"
        },
        "documents": [
            {
                "id": "APR554612",
                "documentType": "contractNotice",
                "title": "DSF-Overhaul/Refresh of Scottish Government Fire Safety Guides",
                "description": "The Scottish Government has a requirement to place a contract with an external service provider for the provision of DSF-Overhaul/Refresh of Scottish Government Fire Safety Guides.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR554612",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The aim of this project is to carry out an overhaul of the current suite of fire safety guidance documents (listed below) in Scotland. This requirement stems from feedback from various internal and external Fire Safety stakeholders on current guidance. This feedback highlighted that the current fire safety guides are out of date in some places, require additional sector-specific guidance, are not always workable for both dutyholders (who may not be experts but are using them to complete fire risk assessments) and also assessors and other experts who do use these guides. It also follows changes to the Building Standards Technical Handbooks, follows on from the Cameron House Fatal Accident Inquiry findings and also the Scottish Government's Grenfell phase two report response. As a result, an overhaul/refresh of the Scottish Government's guides by external experts is required. This guidance is required to be sector specific, tailoring to different building types where identified and appropriate.",
                "status": "active",
                "options": {
                    "description": "the Purchaser may extend for a one six-month period"
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "the Purchaser may extend for a one six-month period"
                }
            }
        ],
        "bidOpening": {
            "date": "2026-06-05T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "4B.5 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:",
                    "minimum": "4B.4 - Bidders must demonstrate a Current Ratio of no less than 1. Current Ratio will be calculated as follows: Total current assets divided by Total current liabilities. 4B.5 - -Public Liability 1,000,000 GBP(A sum not less than) -Professional Indemnity 1,000,000 GBP(A sum not less than) -Employers Liability (Legal Requirement) 5,000,000 GBP(A sum not less than)"
                },
                {
                    "type": "technical",
                    "description": "4C.4 - Provide a statement of the relevant supply chain management and/or tracking systems used. 4C.7 - Provide details of the environmental management measures which the bidder will be able to use when performing the contract. 4C.10 - Provide details of the proportion (i.e. percentage) of the contract that you intend to subcontract: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
                    "minimum": "4C.4 - If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance. 4C.7 - Production and submission of evidence of steps taken to build awareness of the climate emergency and consideration of how the organisation plans to respond to it. This should include details of planned projects and actions to reduce the bidder's carbon emissions. 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "75251110",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31697. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:830359)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000830359"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}