Tender

Supply and Delivery of Personal Protective Equipment (PPE), First Aid Materials and Workwear

  • Scotland Excel

F02: Contract notice

Notice identifier: 2025/S 000-079652

Procurement identifier (OCID): ocds-h6vhtk-052906

Published 4 December 2025, 11:14am



Section one: Contracting authority

one.1) Name and addresses

Scotland Excel

Renfrewshire House, Cotton Street

Paisley

PA1 1AR

Email

education.corporate@scotland-excel.org.uk

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.scotland-excel.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply and Delivery of Personal Protective Equipment (PPE), First Aid Materials and Workwear

Reference number

0625

two.1.2) Main CPV code

  • 35113400 - Protective and safety clothing

two.1.3) Type of contract

Supplies

two.1.4) Short description

The scope of items covered by the framework will include but not be limited to Masks (Type IIR, FFP2, FFP3, Lip Readable), Gloves, Outerwear, Workwear, Footwear, Face Coverings (reusable and disposable), Lip Readable Masks, Single/Sessional Use eye/face protection (visors/goggles), Hand Sanitiser, Hand Gel, Disposable Gloves (nitrile, vinyl, powder free), Disposable Aprons/coveralls and Anti-bacterial wipes, First Aid Materials.

Full details are contained in the tender documentation available in the relevant PCS-T project for this procurement exercise

two.1.5) Estimated total value

Value excluding VAT: £80,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Ear, Eye and Head Protection

Lot No

1

two.2.2) Additional CPV code(s)

  • 35113400 - Protective and safety clothing

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

two.2.4) Description of the procurement

Supply and Delivery of Ear, Eye and Head Protection. This includes but is not limited to visors, goggles, ear plugs and hard hats.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £1,200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Safety Masks and Respirators

Lot No

2

two.2.2) Additional CPV code(s)

  • 35113400 - Protective and safety clothing
  • 18143000 - Protective gear

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

two.2.4) Description of the procurement

Supply and Delivery of Safety Masks & Respirators. This includes, but is not limited to surgical masks, FFP3 respirators, valved and non-valved masks.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £1,200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Gloves

Lot No

3

two.2.2) Additional CPV code(s)

  • 35113400 - Protective and safety clothing
  • 18141000 - Work gloves
  • 18424000 - Gloves
  • 18424300 - Disposable gloves

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

two.2.4) Description of the procurement

Supply and Delivery of Gloves. This includes but is not limited to nitrile gloves, disposable gloves and cut protection gloves.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £12,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Traditional Workwear

Lot No

5

two.2.2) Additional CPV code(s)

  • 35113400 - Protective and safety clothing
  • 18222000 - Corporate clothing
  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 18110000 - Occupational clothing
  • 18330000 - T-shirts and shirts
  • 18235300 - Sweatshirts
  • 18800000 - Footwear
  • 18810000 - Footwear other than sports and protective footwear
  • 18234000 - Trousers

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland

two.2.4) Description of the procurement

Supply and Delivery of Traditional Workwear. This includes but is not limited to shirts, trousers, polo shirts, shorts and fleece tops.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £6,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Health, Hospitality and Leisure Workwear

Lot No

6

two.2.2) Additional CPV code(s)

  • 35113400 - Protective and safety clothing
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18444000 - Protective headgear
  • 18830000 - Protective footwear
  • 18810000 - Footwear other than sports and protective footwear

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland

two.2.4) Description of the procurement

Supply and Delivery of Health, Hospitality and Leisure Workwear

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £4,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Footwear

Lot No

7

two.2.2) Additional CPV code(s)

  • 35113400 - Protective and safety clothing
  • 18800000 - Footwear
  • 18811000 - Waterproof footwear
  • 18812000 - Footwear with rubber or plastic parts
  • 18814000 - Footwear with uppers of textile materials
  • 18830000 - Protective footwear
  • 18831000 - Footwear incorporating a protective metal toecap
  • 18812200 - Rubber boots

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland

two.2.4) Description of the procurement

Supply and Delivery of Footwear. This includes but is not limited to safety shoes, rubber boots, safety boots and waterproof boots.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £7,200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

First Aid Materials and Associated Products

Lot No

8

two.2.2) Additional CPV code(s)

  • 33000000 - Medical equipments, pharmaceuticals and personal care products
  • 33141623 - First-aid boxes
  • 33100000 - Medical equipments
  • 33140000 - Medical consumables
  • 33141111 - Adhesive dressings
  • 33141112 - Plasters
  • 33141113 - Bandages
  • 33141115 - Medical wadding
  • 33141116 - Dressing packs
  • 33141117 - Cotton wool
  • 33141118 - Wipes
  • 33141119 - Compresses
  • 33700000 - Personal care products

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland

two.2.4) Description of the procurement

Supply and Delivery of First Aid Materials and Associated Products

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £4,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Protective and Hi Viz Workwear

Lot No

4

two.2.2) Additional CPV code(s)

  • 35113400 - Protective and safety clothing
  • 18143000 - Protective gear
  • 35113450 - Protective coats or ponchos
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18130000 - Special workwear
  • 35113440 - Reflective vests
  • 18220000 - Weatherproof clothing
  • 18221000 - Waterproof clothing

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland

two.2.4) Description of the procurement

Supply and Delivery of Protective and Hi Viz Workwear. This includes but is not limited to hi vis vests, jackets, trousers and wet weather clothing.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £12,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Automated External Defibrillators (AEDs)

Lot No

9

two.2.2) Additional CPV code(s)

  • 33182100 - Defibrillator

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

two.2.4) Description of the procurement

Lot for the Supply and Delivery of Automated External Defibrillators (AEDs)

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £400,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

One Stop Shop

Lot No

10

two.2.2) Additional CPV code(s)

  • 35113400 - Protective and safety clothing
  • 18143000 - Protective gear
  • 18800000 - Footwear
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18110000 - Occupational clothing
  • 18222000 - Corporate clothing

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

This lot is for the supply and delivery of a One Stop Shop for the following lots;

Lot 1 – Ear, Eye and Head Protection

Lot 2 – Safety Masks and Respirators

Lot 3 – Gloves

Lot 4 – Protective and Hi Viz Workwear

Lot 5 – Traditional Workwear

Lot 6 – Health, Hospitality and Leisure Workwear

Lot 7 – Footwear

Subject to the above, Tenderers meeting this requirement will be awarded a placing onto Lot 10. A separate score will not be awarded for Lot 10. Scotland Excel reserves the right to consider a bid which does not meet the stated requirement for award to Lot 10, considering the overall level of response for a Council area to ensure full coverage.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £32,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

1.SPD (Scotland) Questions 4B.5.1b and 4B.5.2: Insurance Requirements

2.SPD (Scotland) Question 4B.6: Other Economic and Financial Requirements

In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Economic and Financial Standing selection criteria apply separately in relation to each individual lot.

Minimum level(s) of standards possibly required

INSURANCE REQUIREMENTS:

It is a requirement of this contract that tenderers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

ALL LOTS

EMPLOYERS (COMPULSORY) LIABILITY – a minimum indemnity limit of 10 million GBP for each and every claim.

PUBLIC/PRODUCTS LIABILITY – minimum level of 10 million GBP, each and every claim and in the aggregate for products.

MOTOR VEHICLE INSURANCE – statutory Third Party motor vehicle insurance to a minimum indemnity limit of GBP 5 million in respect of each claim and without limit to the number of claims for property damage, and unlimited for Third Party injury.

For tenderers who will sub contract parts of the business, it is a requirement that the tenderer requires to provide a letter signed by a person of appropriate authority confirming that the tenderer has ongoing arrangements in place to ensure that subcontractors’ vehicles are appropriately insured and maintained .

OTHER ECONOMIC AND FINANCIAL REQUIREMENTS

Tenderers will pass the economic and financial standing test where Scotland Excel is assured of the tenderer’s financial viability and sustainability for participation in the contract. As such, an Equifax search of the tenderer must not identify financial risk by means of: an adverse rating; or warning; or caution code.

Where such a risk is identified at any stage of the exercise, the tenderer will fail selection and be excluded from award. At Scotland Excel’s sole discretion, alternative means of proof may be considered in accordance with Regulation 61 of the Public Contracts (Scotland) Regulations 2015.

SCOTLAND EXCEL MUST BE NOTIFIED OF ANY CHANGE OF CIRCUMSTANCES WHICH IMPACTS ON THE ECONOMIC AND FINANCIAL STANDING TEST. AWARD RECOMMENDATIONS ARE SUBJECT TO CONTINUED COMPLIANCE WITH THE TENDER REQUIREMENTS.

Tenderers relying on the financial standing of a parent company who are unable to commit to obtaining a parent company guarantee may be assessed as a FAIL and will be excluded from the competition.

three.1.3) Technical and professional ability

List and brief description of selection criteria

In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Technical and Professional Ability selection criteria apply:

1.SPD (Scotland) Question 4C.10 Subcontracting

2.SPD (Scotland) Question 4D.1 Quality Management Procedures

3.SPD (Scotland) Question 4D.1 Health and Safety Procedures

4.SPD (Scotland) Question 4D.2 Environmental Management Procedures

Minimum level(s) of standards possibly required

Further to the identified selection criteria outlined above, full guidance and the minimum levels of standards required are outlined in the "0625 Technical and Professional Ability Attachment" document, which can be found in the "Contract Notice" folder in the Buyer Attachment area, within ITT 60835 of project 30199.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

For full details of the conditions relevant to the proposed Framework Agreement and contracts to be called off thereunder (to the extent known or settled at this stage), please refer to the tender documents (details of how to access these are outlined in “Section I.3 Communication” of this Contract Notice).

Tenderers require to confirm their acceptance of the terms and conditions. TENDERS MADE SUBJECT TO CONDITIONS MAY NOT BE CONSIDERED AND MAY BE REFUSED ON THE GROUNDS OF SUCH CONDITIONS ALONE.

Further information on this section is contained in the document "0625 Technical and Professional Ability Attachment" which is located in the "Contract Notice" folder of the attachments area of itt_60835


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 25

four.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction

Whether an electronic auction will be used is at the discretion of each Scotland Excel Council, Associate Member or other Bodies Participating which will be settled by them during the procedure for the call-off of a contract under this proposed framework agreement.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-028536

four.2.2) Time limit for receipt of tenders or requests to participate

Date

14 January 2026

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 3 August 2026

four.2.7) Conditions for opening of tenders

Date

14 January 2026

Local time

12:00pm

Place

Tenders will be opened electronically, using PCS-Tender, via Scotland Excel's offices at the address shown in section I.1 (Contracting Authority) of this Notice

Information about authorised persons and opening procedure

Officers permitted to open tenders on behalf of Scotland Excel under it's governance arrangements


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

This procurement process is subject to the Law and Guidance applicable in Scotland relative to the award of public contracts including (without limitation) as set out in the Public Contracts (Scotland) Regulations 2015 as currently in force.

Scotland Excel is a central purchasing body and is procuring this framework on behalf of the following contracting authorities (and successor bodies):

-The 32 local authorities in Scotland as listed at http://www.scotland-excel.org.uk/home/aboutus/ourmembers.aspx

-Scotland Excel associate members as listed at http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Associate-members.aspx

-any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working) (Scotland)Act 2014. -Any Scottish Registered Social Landlords listed on the public register of the Scottish Housing Regulator:http://directory.scottishhousingregulator.gov.uk/Documents/Landlord%20Register.pdf as at the date of publication of this notice.

-Tayside Contracts

-Advanced Procurement for Universities and Colleges & their member organisations across the higher and further education sector in Scotland and their associated and affiliated bodies.

-Scottish Prison Service (SPS)

-Scottish National Health Service Authorities, including any body created pursuant to the National Health Service Scotland Act (1978)

-Transport Scotland

-Scottish Government & Scottish Central Government Bodies.

The above is subject to each contracting authority entering into and maintaining a relevant membership agreement or other access agreement with Scotland Excel.

Tenderers should note:

Retrospective rebates apply to this Framework; details are in the Special Conditions and Information and Instructions to Tenderers, including the Evaluation Methodology.

Use of electronic ordering, invoicing, and payment is at the discretion of each Member Authority or Associate Member and will be agreed at call-off stage.

The maximum number of participants stated in section IV.1.3 of the contract notice is indicative only. Scotland Excel may appoint more or fewer tenderers than this number.

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015

For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

IMPORTANT NOTE FOR TENDERERS: Bids may be excluded from evaluation, in whole or in part, if they fail to provide the required information as instructed. Specific evaluation approaches, including those that may result in exclusion, will apply. Tenderers should note the minimum bid thresholds for certain lots. Full details and instructions are provided in the tender documents, including the Information and Instructions to Tenderers and Evaluation Methodology.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30199. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that Scotland Excel intends to include community benefit requirements. As part of your response within the Technical criteria, Tenderers will be requested to commit to delivery of community benefits in accordance with the methodology outlined in the tender documents. Tenderer’s should note that community benefits is a scored criterion.

(SC Ref:808529)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Edinburgh

EH1 1RQ

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.