Award

Proposed New Roof Structure & Finishing's, Insulated External Render and Associated Repairs to 54 Blackburn Type Houses, Coatbridge

NORTH LANARKSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

14 Mar 2022 at 15:55

Tender

12 Mar 2021 at 16:48

Summary of the contracting process

The North Lanarkshire Council is conducting a tender for a project titled "Proposed New Roof Structure & Finishing's, Insulated External Render and Associated Repairs to 54 Blackburn Type Houses" located in Coatbridge, North Lanarkshire. The procurement process is currently in the Award stage following completion of the tender activities. Key deadlines include the submission period which ended on 14th April 2021, with a projected contract value of £4,700,000 GBP, aimed at enhancing energy efficiency and carrying out significant repairs on properties identified as Blackburn Mark III house types built in 1950.

This tender presents significant opportunities for construction and refurbishment companies, particularly those with expertise in roofing, structural repairs, and energy efficiency upgrades. Businesses that have experience with local authority projects, manage complex logistics like tenant decanting, and meet the required financial and technical standards established in the selection criteria will be well-suited to compete. This includes firms experienced in adhering to environmental management standards and those that can provide quality management assurance in line with the expectations of North Lanarkshire Council.

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

Proposed New Roof Structure & Finishing's, Insulated External Render and Associated Repairs to 54 Blackburn Type Houses, Coatbridge

Notice Description

The Council seeks to undertake major repairs to 54 two-storey, mid-terrace, end-terrace and semi-detached houses at Lomond Rd and Derwent Drive, Coatbridge, North Lanarkshire. These properties are identified as Blackburn Mark III house types, built in 1950. These major repairs include replacement of defective steel trusses forming the existing roof structure, with replacement roof finishings and associated works to upper floors together with structural works to existing external walls. Simultaneously properties will be upgraded to improve insulation standards, working towards meeting the Scottish Government's 2030 climate change targets by increasing energy efficiency rating to Energy Performance Certificate (EPC) band B, in line with the Energy Efficiency Standard for Social Housing (EESSH2). Due to the nature of the works, existing tenants within these properties will require to be decanted in a phased manner by the successful bidder during the course of the works to 6nr nearby vacant properties.

Lot Information

Lot 1

The Council seeks to undertake major repairs to 54 two-storey, mid-terrace, end-terrace and semi-detached houses at Lomond Rd and Derwent Drive, Coatbridge, North Lanarkshire. These properties are identified as Blackburn Mark III house types, built in 1950. These major repairs include replacement of defective steel trusses forming the existing roof structure, with replacement roof finishings and associated works to upper floors together with structural works to existing external walls. Simultaneously properties will be upgraded to improve insulation standards, working towards meeting the Scottish Government's 2030 climate change targets by increasing energy efficiency rating to Energy Performance Certificate (EPC) band B, in line with the Energy Efficiency Standard for Social Housing (EESSH2). Due to the nature of the works, existing tenants within these properties will require to be decanted in a phased manner by the successful bidder during the course of the works to 6nr nearby vacant properties. The scope of the proposed works includes the following: - removal and replacement of existing lightweight steel framed structural roof with new timber trussed roof structure (Contractor's Design Portion) and replacement roof coverings; - removal and replacement of existing upper floor partitions (tied to roof structure) including doors, ceilings, ceiling insulation and upper floor heating installations; - full rewiring of properties including hard-wired smoke and CO2 detectors; -structural integrity works (ties and straps) to existing external brick cavity walls; - replacement thermally efficient UPVC windows and external doors (windows upgraded to triple glazed); - new external wall insulated render system; - replacement gutters and downpipes; - decanting existing tenants to 6nr nearby vacant properties; and - asbestos surveying and removal.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-029b5d
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/006890-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work

90 - Sewage, refuse, cleaning and environmental services

98 - Other community, social and personal services


CPV Codes

38431200 - Smoke-detection apparatus

44112400 - Roof

44112410 - Roof frames

44112430 - Roof trusses

45000000 - Construction work

45210000 - Building construction work

45211100 - Construction work for houses

45211300 - Houses construction work

45223200 - Structural works

45232141 - Heating works

45260000 - Roof works and other special trade construction works

45262660 - Asbestos-removal work

45310000 - Electrical installation work

45311000 - Electrical wiring and fitting work

45311100 - Electrical wiring work

45311200 - Electrical fitting work

45317000 - Other electrical installation work

45331100 - Central-heating installation work

45343210 - CO2 fire-extinguishing equipment installation work

45453100 - Refurbishment work

90650000 - Asbestos removal services

98392000 - Relocation services

Notice Value(s)

Tender Value
£4,700,000 £1M-£10M
Lots Value
£4,700,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£5,401,489 £1M-£10M

Notice Dates

Publication Date
14 Mar 20223 years ago
Submission Deadline
14 Apr 2021Expired
Future Notice Date
Not specified
Award Date
23 Feb 20224 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NORTH LANARKSHIRE COUNCIL
Contact Name
Not specified
Contact Email
corporateprocurement@northlan.gov.uk
Contact Phone
+44 1698403876

Buyer Location

Locality
MOTHERWELL
Postcode
ML1 1AB
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM34 North Lanarkshire
Delivery Location
TLM84 North Lanarkshire

Local Authority
North Lanarkshire
Electoral Ward
Motherwell South East and Ravenscraig
Westminster Constituency
Motherwell, Wishaw and Carluke

Supplier Information

Number of Suppliers
1
Supplier Name

A.C. WHYTE

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-h6vhtk-029b5d-2022-03-14T15:55:41Z",
    "date": "2022-03-14T15:55:41Z",
    "ocid": "ocds-h6vhtk-029b5d",
    "description": "(SC Ref:684496)",
    "initiationType": "tender",
    "tender": {
        "id": "HO MR 18 087 / NLC-CPT-21-017",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Proposed New Roof Structure & Finishing's, Insulated External Render and Associated Repairs to 54 Blackburn Type Houses, Coatbridge",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45211300",
            "description": "Houses construction work"
        },
        "mainProcurementCategory": "works",
        "description": "The Council seeks to undertake major repairs to 54 two-storey, mid-terrace, end-terrace and semi-detached houses at Lomond Rd and Derwent Drive, Coatbridge, North Lanarkshire. These properties are identified as Blackburn Mark III house types, built in 1950. These major repairs include replacement of defective steel trusses forming the existing roof structure, with replacement roof finishings and associated works to upper floors together with structural works to existing external walls. Simultaneously properties will be upgraded to improve insulation standards, working towards meeting the Scottish Government's 2030 climate change targets by increasing energy efficiency rating to Energy Performance Certificate (EPC) band B, in line with the Energy Efficiency Standard for Social Housing (EESSH2). Due to the nature of the works, existing tenants within these properties will require to be decanted in a phased manner by the successful bidder during the course of the works to 6nr nearby vacant properties.",
        "value": {
            "amount": 4700000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Council seeks to undertake major repairs to 54 two-storey, mid-terrace, end-terrace and semi-detached houses at Lomond Rd and Derwent Drive, Coatbridge, North Lanarkshire. These properties are identified as Blackburn Mark III house types, built in 1950. These major repairs include replacement of defective steel trusses forming the existing roof structure, with replacement roof finishings and associated works to upper floors together with structural works to existing external walls. Simultaneously properties will be upgraded to improve insulation standards, working towards meeting the Scottish Government's 2030 climate change targets by increasing energy efficiency rating to Energy Performance Certificate (EPC) band B, in line with the Energy Efficiency Standard for Social Housing (EESSH2). Due to the nature of the works, existing tenants within these properties will require to be decanted in a phased manner by the successful bidder during the course of the works to 6nr nearby vacant properties. The scope of the proposed works includes the following: - removal and replacement of existing lightweight steel framed structural roof with new timber trussed roof structure (Contractor's Design Portion) and replacement roof coverings; - removal and replacement of existing upper floor partitions (tied to roof structure) including doors, ceilings, ceiling insulation and upper floor heating installations; - full rewiring of properties including hard-wired smoke and CO2 detectors; -structural integrity works (ties and straps) to existing external brick cavity walls; - replacement thermally efficient UPVC windows and external doors (windows upgraded to triple glazed); - new external wall insulated render system; - replacement gutters and downpipes; - decanting existing tenants to 6nr nearby vacant properties; and - asbestos surveying and removal.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality Criterion",
                            "type": "quality",
                            "description": "40%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                },
                "value": {
                    "amount": 4700000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 630
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "The SPD forms part of a Candidate's Request to Participate (RTP). The SPD selection process will be carried out in two stages; Stage One: \"Exclusion Grounds\" (Mandatory and Discretionary) Part III of the SPD. During this first stage of the selection, the Council will determine on a pass/fail basis whether: a) The Candidate has submitted a complete and compliant SPD response; and b) Whether any of the Lead Candidates, Consortium and/or Reliance Entities (if any) fall within any of the mandatory grounds for exclusion or, in the case of the discretionary exclusion grounds, are considered ineligible at the discretion of the Council, in accordance with Part III of the SPD and Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Stage Two: \"Selection Criteria - Minimum Requirements,\" the Council will determine a ranking (through the scoring of the SPD Responses) but only for those bids who successfully pass Stage One \"Exclusion Grounds\" referred to above. During this second stage of the selection, the Council will determine on a pass/fail basis whether: Part A - the Candidate has achieved a pass for the following questions within Part IV, Selection Criteria of the SPD: 4A.1, 4A.1.1, 4B.1.1, 4B.3, 4B.4, 4B.5.1a, 4B.5.1b, 4B.5.2, 4B.5.3, 4C.6, 4C.10, 4D.1, 4D.1.1, 4D.2. If a Candidates response is successful at Part A, then the Candidates response will be assess at Part B below. Part B - Where the Candidate has achieved the minimum score(s) for 4C.1 within Part IV, Selection Criteria of the SPD then the sum of the weighted scores achieved by Candidates for 4C.1 will be used to rank Candidates in order from highest to lowest score to reduce the number of otherwise qualified Candidates based on that ranking. Based on the final score ranking, the Council intends to limit the number of otherwise qualified Candidates to be selected to receive an ITT to the top five (5) Candidates, insofar as there are a sufficient number of acceptable and compliant RTP's submitted. In the event of a tie for fifth place, all Candidates in fifth place will be selected to receive an ITT. For the avoidance of doubt, a tie for fifth place will be deemed to have occurred where two or more Candidates have identical scores taken to two decimal places."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "44112400",
                        "description": "Roof"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44112410",
                        "description": "Roof frames"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44112430",
                        "description": "Roof trusses"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45260000",
                        "description": "Roof works and other special trade construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232141",
                        "description": "Heating works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45331100",
                        "description": "Central-heating installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45311100",
                        "description": "Electrical wiring work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45311000",
                        "description": "Electrical wiring and fitting work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45310000",
                        "description": "Electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45311200",
                        "description": "Electrical fitting work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45317000",
                        "description": "Other electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38431200",
                        "description": "Smoke-detection apparatus"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343210",
                        "description": "CO2 fire-extinguishing equipment installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223200",
                        "description": "Structural works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45211100",
                        "description": "Construction work for houses"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45211300",
                        "description": "Houses construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262660",
                        "description": "Asbestos-removal work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90650000",
                        "description": "Asbestos removal services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45453100",
                        "description": "Refurbishment work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98392000",
                        "description": "Relocation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "deliveryLocation": {
                    "description": "Lomond Rd and Derwent Drive, Coatbridge, North Lanarkshire"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "SPD Selection Criteria, question Section A Part IV, Suitability, the following questions: 4A.1 and 4A.1.1 Minimum level(s) of standards require: 4A.1 - Candidates must be registered or enrolled in the relevant professional or trade register kept in the Member State of its establishment (as described in Schedule 5 of Public Contracts (Scotland) Regulations 2015. Candidates should confirm they are registered or enrolled on the relevant trade register and provide information relating to this i.e. registration number, member number etc. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question. 4A.1.1 - If the relevant documentation is available electronically please indicate. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "SPD Selection Criteria, question Section B, Part IV, Economic and Financial Standing, the following questions: 4B.1.1, 4B.3, 4B.4, 4B.5.1a, 4B.5.1b, 4B.5.2 and 4B.5.3",
                    "minimum": "4B.1.1 - Candidates will be required to have a \"general\" yearly turnover of a minimum of the following: 4,100,000 GBP for the last three (3) years statutory accounts that are available. Candidates who have not yet submitted three years' statutory accounts but can demonstrate three years of trading must detail the date they started trading within their submission at 4B.3 and may provide alternative proof which demonstrates its financial standing in an equivalent manner in accordance with Regulation 61 - Means of Proof of the Public Contracts (Scotland) Regulations 2015. Such Candidates are required to provide financial accounts for the three years most recently available, accompanied by a letter supporting the basis of their preparation from an audit registered firm. 4B.3 - Where turnover information is not available for the time period requested, the Candidate will be required to state the date which they were set up or started trading. 4B.4 - Candidates will be required to meet the undernoted Current Ratio minimum requirements. Current Ratio Current Ratio minimum value required: a value of greater than or equal to 1.20 in each of the last three financial years to 2 decimal places. The Current Ratio will be calculated as follows: Current Assets divided by Current Liabilities to 2 decimal places. The Candidate will be required to provide their audited financial accounts for the previous three years at Invitation to Tender (ITT) stage in order that the Council may confirm this ratio. 4B.5.1a - Candidates must confirm they already have or commit to obtain prior to the commencement of the Contract, the following levels of insurance cover: 1) Professional Risk Indemnity Insurance: 5,000,000 GBP each and every claim 4B.5.1b - Candidates must confirm they already have, or commit to obtain prior to the commencement date of the contract, the following levels of insurance cover: 1) Employer's (Compulsory) Liability Insurance: 10,000,000 GBP each and every claim. 4B.5.2 - Candidates must confirm they have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 1) Public Liability Insurance: 10,000,000 GBP each and every claim; and 2) Product Liability Insurance: 5,000,000 GBP in the aggregate. If the relevant documentation is available electronically, please indicate each and every claim. http://www.hse.gov.uk/pubns/hse40.pdf Candidates that are unable to meet all of the minimum level(s) of standards required for questions 4B.1.1, 4B.3, 4B.4, 4B.5.1a, 4B.5.1b, 4B.5.2, 4B.5.3 and in Section B, Part IV, Economic and Financial Standing of the SPD, will be assessed as a FAIL and will be excluded from the competition, unless the following information is provided as part of their RTP: 1) a SPD submission from a Parent Company (or Ultimate Parent Company) who can meet all the above minimum requirements; and 2) a declaration that the Parent Company (or Ultimate Parent Company) is prepared to provide a Parent Company Guarantee (PCG) in the form determined by the Council to cover the duration of the proposed Contract, including the available extension period.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "SPD Selection Criteria Section, question Section C, Part IV, Technical and Professional Ability: 4C.1. 4C.6 and 4C.10. Quality Assurance Schemes and Environmental Management Standards. SPD Selection Criteria Section, question Section D, Part IV, Quality Assurance Schemes and Environmental Management Standards: 4D.1, 4D.1.1, 4D.1.2 and 4D.2. List and brief description of selection criteria: Owing to the character limitations in this section of the Contract Notice it is not possible to provide all of the information relating to this section (III.1.3 in the Contract Notice). Therefore the Objective and Non-Discriminatory Criteria for Questions 4C.1, 4C.6, 4C.10, 4D.1, 4D.1.1, 4D.1.2 and 4D.2 are set out in full in the Selection Stage Document 1 which can be accessed through the buyer attachment area within the portal.",
                    "minimum": "4C.1 - Candidates will be required to provide examples that demonstrate that they have the relevant experience to deliver the works as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice. Provide details of where your organisation (or sub-contractor) has provided construction works to a local authority or public sector body (provide an example for each question) of delivering a similar scope and scale to the scope set out in the Contract Notice including: - How your organisation identified project risk and used mitigation procedures to manage programme, quality control and cost effectively for a major refurbishment project - How your organisation managed the challenges and constraints of working on a project with limited access within a built-up area - How your organisation has managed the design and construction of new roof structures - How your organisation has managed liaison procedures when decanting tenants - How your organisation has managed liaison procedures with adjoining owners and the protection of adjoining properties throughout the duration of works - How your organisation has facilitated changes to the programme due to late changes or by variations issued by the Employer Your response to the 6 questions must refer to a minimum of two different projects. Candidates who fail to provide a minimum of two different projects will be assessed as a FAIL and excluded from the competition. 4C.1 carries an overall weighting of 100%. This section is divided into 6 weighted questions as documents. Candidates must achieve an overall combined minimum score requirement of 50%. Candidates unable to meet the minimum requirements for 4C.1 will be assessed as a FAIL. 4C.6 - Candidates will be required to confirm and provide proof that they have all of the following relevant educational and professional qualifications: - Scaffolding - Membership of NASC (National Access & Scaffolding Confederation) - External Wall Tie Installation - UKAS Testing Accreditation - Gas Alterations - GasSafe Registration - Decanting Tenants - Membership of BAR (British Association of Removers) - Electrical Work - Membership of the National Inspection Council Electrical Installation Contracting (NICEIC) or Electrical Contractors' Association of Scotland (SELECT). 4C.10 - Candidates will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question. Question 4D.1 Quality Management Procedures - The Candidate must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum, or satisfy items 2a-2m as listed in the ITP. Health and Safety Procedures - The Candidate must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum, or satisfy items 4a-4m as listed in the ITP. 4D.1.1 - If the information is available electronically, please indicate. 4D.1.2 - If the relevant documentation is available electronically, please indicate. 4D.2 - The Candidate 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, or satisfy items 2a-2g as listed in the ITP document. Candidates unable to meet the requirements for all of SPD Section 4D will be assessed as a FAIL and will be excluded from the competition.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "The Invitation to Tender (ITT) will contain the relevant Contract Performance requirements.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-04-14T12:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2021-06-14T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "hasRecurrence": false,
        "reviewDetails": "An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session."
    },
    "parties": [
        {
            "id": "GB-FTS-689",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1698403876",
                "email": "corporateprocurement@northlan.gov.uk",
                "faxNumber": "+44 1698275125",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.northlanarkshire.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-4311",
            "name": "Hamilton Sheriff Court",
            "identifier": {
                "legalName": "Hamilton Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 4 Beckford Street",
                "locality": "Hamilton",
                "postalCode": "ML3 0BT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "hamilton@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-46740",
            "name": "A.C. Whyte & Co. Limited",
            "identifier": {
                "legalName": "A.C. Whyte & Co. Limited"
            },
            "address": {
                "streetAddress": "6 Bowerwalls Place, Crossmill Business Park, Barrhead",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G78 1BF",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-26938",
            "name": "Scottish Courts",
            "identifier": {
                "legalName": "Scottish Courts"
            },
            "address": {
                "locality": "Edinburgh",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-689",
        "name": "North Lanarkshire Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "006890-2022-NLC-CPT-21-017-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-46740",
                    "name": "A.C. Whyte & Co. Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "006890-2022-NLC-CPT-21-017-1",
            "awardID": "006890-2022-NLC-CPT-21-017-1",
            "status": "active",
            "value": {
                "amount": 5401489.77,
                "currency": "GBP"
            },
            "dateSigned": "2022-02-23T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}