Notice Information
Notice Title
Pest Control Services and Associated Products
Notice Description
Provision of Pest & Vermin Control Services to all local authorities in Scotland.
Lot Information
Pest Control Chemicals
This lot is intended to set up an arrangement whereby the contracting authorities entitled to purchase under the proposed framework agreement can procure the supply of Pest Control Chemicals for the eradication of rats, mice, crawling insects, flying insects, and other pests. 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
Options: Anticipated duration of framework is 36 months with an option to extend for up to a further 12 months subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel.
Renewal: For an initial period of 36 months with the option to extend for up to a further 12 month periods
Pest Control ServicesThis lot is intended to set up an arrangement whereby the contracting authorities entitled to purchase under the proposed framework agreement can procure Pest Control Services including, but not limited to the removal of rats and mice, crawling insects, flying insects, and burrowing animals. Also included in this lot are large-scale clearances. 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
Options: Anticipated duration of framework is 36 months with an option to extend for up to a further 12 months subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel.
Renewal: For an initial period of 36 months with an option to extend for up to a further 12 month periods
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02c770
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/018590-2022
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
24 - Chemical products
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
24000000 - Chemical products
24451000 - Pesticides
90732800 - Pesticides pollution assessment
90920000 - Facility related sanitation services
90921000 - Disinfecting and exterminating services
90922000 - Pest-control services
90923000 - Rat-disinfestation services
90924000 - Fumigation services
Notice Value(s)
- Tender Value
- £6,000,000 £1M-£10M
- Lots Value
- £3,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £4,000,000 £1M-£10M
Notice Dates
- Publication Date
- 7 Jul 20223 years ago
- Submission Deadline
- 14 Dec 2021Expired
- Future Notice Date
- 31 Aug 2021Expired
- Award Date
- 15 May 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTLAND EXCEL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- PAISLEY
- Postcode
- PA1 1AR
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM Scotland
-
- Local Authority
- Renfrewshire
- Electoral Ward
- Paisley East and Central
- Westminster Constituency
- Paisley and Renfrewshire South
Further Information
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-h6vhtk-02c770-2022-07-07T10:27:50+01:00",
"date": "2022-07-07T10:27:50+01:00",
"ocid": "ocds-h6vhtk-02c770",
"description": "This Tender 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, most recently amended to reflect the European Union exit by the UK. This tender exercise has commenced after the UK withdrawal from the European Union and it has been conducted and concluded in accordance with the Law, Guidance and procedures in force after the UK withdrawal on 31st December 2020. Any prior version of the relevant Law and Guidance, or terminology related thereto, which appears in these Procurement Documents should therefore be interpreted and applied as currently in force. Scotland Excel, as a central purchasing body, is procuring this framework for the use and benefit of its members namely 32 local authorities in Scotland, Tayside Contracts, associate members, together with any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working) (Scotland) Act 2014. Scotland Excel local authority members and associate members entitled to use this framework, are listed at http://www.scotlandexcel.org.uk/home/Aboutus/Ourmembers/Our_members.aspx. 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. Tenderers are advised that the envisaged maximum number of participants that might be appointed to the proposed framework agreement set out in section IV.1.3 of this contract notice is purely indicative. Scotland Excel reserves the right to appoint more or less tenderer than the envisaged maximum number to the proposed Framework Agreement Subcontractors on whose capacity the Tenderer does not rely: Scotland Excel will request the following information in the Single Procurement Document (Scotland): - whether the Tenderer intends to subcontract any share of the contract to a third party; - list of the proposed subcontracts as far as it is known at that stage; and - what proportion/percentage of the contract does the Tenderer intend to subcontract. Please note that these subcontractors on whose capacity the bidder does not rely will be subject to the rules regarding Exclusion as set out immediately above. CONTRACT MANAGEMENT, KPIs & COMMUNITY BENEFIT REQUIREMENTS As per details in the Special Conditions, Suppliers will be required to provide Management Information (MI) & KPIs on a quarterly basis. Community Benefits details will be requested on a 6-monthly basis (SC Ref:699621)",
"initiationType": "tender",
"tender": {
"id": "1221",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Pest Control Services and Associated Products",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "90922000",
"description": "Pest-control services"
},
"mainProcurementCategory": "services",
"description": "Provision of Pest & Vermin Control Services to all local authorities in Scotland.",
"value": {
"amount": 6000000,
"currency": "GBP"
},
"lots": [
{
"id": "2",
"title": "Pest Control Chemicals",
"description": "This lot is intended to set up an arrangement whereby the contracting authorities entitled to purchase under the proposed framework agreement can procure the supply of Pest Control Chemicals for the eradication of rats, mice, crawling insects, flying insects, and other pests. 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",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "20"
},
{
"type": "price",
"description": "80"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "For an initial period of 36 months with the option to extend for up to a further 12 month periods"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Anticipated duration of framework is 36 months with an option to extend for up to a further 12 months subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel."
}
},
{
"id": "1",
"title": "Pest Control Services",
"description": "This lot is intended to set up an arrangement whereby the contracting authorities entitled to purchase under the proposed framework agreement can procure Pest Control Services including, but not limited to the removal of rats and mice, crawling insects, flying insects, and burrowing animals. Also included in this lot are large-scale clearances. 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",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Techinical",
"type": "quality",
"description": "20"
},
{
"type": "price",
"description": "80"
}
]
},
"value": {
"amount": 3000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "For an initial period of 36 months with an option to extend for up to a further 12 month periods"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Anticipated duration of framework is 36 months with an option to extend for up to a further 12 months subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel."
}
}
],
"items": [
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "24000000",
"description": "Chemical products"
},
{
"scheme": "CPV",
"id": "90922000",
"description": "Pest-control services"
},
{
"scheme": "CPV",
"id": "90732800",
"description": "Pesticides pollution assessment"
},
{
"scheme": "CPV",
"id": "24451000",
"description": "Pesticides"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"deliveryLocation": {
"description": "Throughout Scotland"
},
"relatedLot": "2"
},
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90920000",
"description": "Facility related sanitation services"
},
{
"scheme": "CPV",
"id": "90921000",
"description": "Disinfecting and exterminating services"
},
{
"scheme": "CPV",
"id": "90922000",
"description": "Pest-control services"
},
{
"scheme": "CPV",
"id": "90923000",
"description": "Rat-disinfestation services"
},
{
"scheme": "CPV",
"id": "90924000",
"description": "Fumigation services"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"deliveryLocation": {
"description": "Throughout Scotland"
},
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2021-09-01T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "List and a brief description of selection criteria: 1. Subcontracting; ESDP(Scotland) Question 4C.10: 2. Quality Management Procedures; ESDP (Scotland)Question 4D.1: 3. Health and Safety Procedures; ESDP (Scotland) Question 4D.1: and 4. Environmental Management Systems or Standards ESDP(Scotland); Question 4.D2. In accordance with Regulation 59(12), as this proposed framework agreement is divided into Lots, these technical and professional abilities selection criteria apply separately in relation to each individual lot. Minimum level(s) of standards required: 1. ESPD (Scotland) Question 4C.10: Subcontracting. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off under the proposed framework agreement. 2. ESPD (Scotland) Question 4D.1: Quality Management Procedures. The bidder must have the following: The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). OR 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. 3. ESPD (Scotland) Question 4D.1: Health and Safety Procedures. The bidder must have the following: 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, 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 Or evidence as outlined in the attachment titled \"Pest Control and Associated Products - III.1.2) and III.1.3) Requirements\" that can be found in the \"Information and Instructions\" folder of the Buyers Attachment area, within ITT 20062, on PCS-T. 4.ESPD (Scotland) Question 4D.2: Environmental Management Systems or Standards. The bidder must have the following: 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. OR A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive or equivalent. This the policy must include and describe the bidder's environmental emergency response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts ( for example hazardous substance spill control).",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Economic and Financial Standingselection criteria apply separately in relation to each individual lot.",
"minimum": "INSURANCE REQUIREMENTS: It is a requirement of the contracts to be procured under the proposed framework agreement 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 per occurrence. PUBLIC/PRODUCTS LIABILITY = a minimum indemnity limit of 5 million GBP per occurrence, and in the aggregate in respect of Products. MOTOR VEHICLE INSURANCE = a minimum indemnity level of 1 million GBP in respect of third party property damage, without limit to the number of claims; unlimited in respect of personal injury. For full details please see the Procurement Documents. OTHER ECONOMIC AND FINANCIAL REQUIREMENTS: A search of the tenderer against Equifax's Protect must not return a 'Warning' or 'Caution' returnable code or any neutral code, unless the tenderer confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting within its permitted discretion under the applicable public procurement rules) that the tenderer does/would not present an unmanageable risk should it be appointed on to the proposed Framework Agreement. Equifax's protect is a fraud indicator/credit risk search and analysis of five areas of threat in relation to a particular company:credit history; disqualification; validation and investigation bureau; connected data; and bureau information. For full details please see the Procurement Documents.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "1. Subcontracting 2. Quality Management Procedures 3. Environmental Management Systems or Standards 4. Health and Safety Procedures For full details please see the Procurement Documents. In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Technical and professional ability selection criteria apply separately in relation to each individual lot.",
"minimum": "SUBCONTRACTING: Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off under the proposed framework agreement. If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely to satisfy the selection criteria, you must secure that each subcontractor completes a separate SPD (Scotland) Response for all Parts of the SPD (Scotland) Qualification Envelope, except Part 4 (Selection criteria). QUALITY MANAGEMENT PROCEDURES The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BSEN ISO 9001 (or equivalent). OR A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the tenderer 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. ENVIRONMENTAL MANAGEMENT SYSTEMS OR STANDARDS The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance with BSEN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate. OR A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the tenderer'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 example hazardous substances spill control). HEALTH AND SAFETY PROCEDURES The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR 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 of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation.",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "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 see the procurement documents (details of how to access these being set out in section \"I.3) Communication\" of this Contract Notice). Scotland Excel will require the members of any tendering group of entities (including, but not limited to, consortium members, members of a group of economic operators and / or sub-contractors) to be jointly and severally liable for the performance of the contract (no matter the legal form taken by those entities in order to enter into the contract).",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 15
},
"hasElectronicAuction": true,
"electronicAuction": {
"description": "Please note that whilst an e-auction will not be used in the procurement process to award places onto this proposed framework agreement, tenderers should be aware that the contracting authorities permitted to call-off contracts under this proposed framework agreement may do so via an e-auction."
}
},
"tenderPeriod": {
"endDate": "2021-12-14T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2021-12-14T12:00:00Z"
},
"bidOpening": {
"date": "2021-12-14T12:00:00Z"
},
"hasRecurrence": false,
"reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland)Regulations 2015 (SSI2015/446)(as amended)may bring proceedings in the Sheriff Court or the Court of Session."
},
"parties": [
{
"id": "GB-FTS-186",
"name": "Scotland Excel",
"identifier": {
"legalName": "Scotland Excel"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM",
"postalCode": "PA1 1AR",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1414888736",
"email": "oss@scotland-excel.org.uk",
"faxNumber": "+44 1416187423",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.scotland-excel.org.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-3911",
"name": "Please refer to VI.4.3 below",
"identifier": {
"legalName": "Please refer to VI.4.3 below"
},
"address": {
"locality": "Scotland",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-57918",
"name": "Anderson Pest Prevention",
"identifier": {
"legalName": "Anderson Pest Prevention"
},
"address": {
"streetAddress": "Ivy Cottage, Mid Street, Kingston",
"locality": "Fochabers",
"region": "UKM5",
"postalCode": "IV32 7NR",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-57919",
"name": "Killgerm Chemicals Ltd",
"identifier": {
"legalName": "Killgerm Chemicals Ltd"
},
"address": {
"streetAddress": "115 Wakefield Road, Ossett",
"locality": "OSSETT",
"region": "UK",
"postalCode": "WF5 9AR",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-57920",
"name": "Contego",
"identifier": {
"legalName": "Contego"
},
"address": {
"streetAddress": "2 Bethany home farm greendykes road",
"locality": "Broxburn",
"region": "UK",
"postalCode": "EH52 6PN",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-57921",
"name": "Horizon Environment Services Ltd T/A Pestokill",
"identifier": {
"legalName": "Horizon Environment Services Ltd T/A Pestokill"
},
"address": {
"streetAddress": "Graveoak, East Lancashire Road",
"locality": "Leigh",
"region": "UK",
"postalCode": "WN7 3SE",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-57922",
"name": "RCA Pest Services Ltd t/a Pest Solutions",
"identifier": {
"legalName": "RCA Pest Services Ltd t/a Pest Solutions"
},
"address": {
"streetAddress": "10 Seaward Place",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G41 1HH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-57923",
"name": "Rentokil Pest Control",
"identifier": {
"legalName": "Rentokil Pest Control"
},
"address": {
"streetAddress": "7 Bankhead Crossway North",
"locality": "Edinburgh",
"region": "UK",
"postalCode": "EH11 4BP",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-57924",
"name": "Terminix UK Limited",
"identifier": {
"legalName": "Terminix UK Limited"
},
"address": {
"streetAddress": "Athelney Way, , Unit 1 Ultronics House, Atelney Way",
"locality": "Cheltenham",
"region": "UKK12",
"postalCode": "GL52 6RT",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-11280",
"name": "Paisley Sheriff Court",
"identifier": {
"legalName": "Paisley Sheriff Court"
},
"address": {
"streetAddress": "3 St James Street",
"locality": "Paisley",
"postalCode": "PA3 2HL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-186",
"name": "Scotland Excel"
},
"language": "en",
"awards": [
{
"id": "018590-2022-1",
"relatedLots": [
"1"
],
"title": "Pest Control Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-57918",
"name": "Anderson Pest Prevention"
},
{
"id": "GB-FTS-57920",
"name": "Contego"
},
{
"id": "GB-FTS-57921",
"name": "Horizon Environment Services Ltd T/A Pestokill"
},
{
"id": "GB-FTS-57922",
"name": "RCA Pest Services Ltd t/a Pest Solutions"
},
{
"id": "GB-FTS-57923",
"name": "Rentokil Pest Control"
},
{
"id": "GB-FTS-57924",
"name": "Terminix UK Limited"
}
]
},
{
"id": "018590-2022-2",
"relatedLots": [
"2"
],
"title": "Pest Control Chemicals",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-57919",
"name": "Killgerm Chemicals Ltd"
}
]
}
],
"contracts": [
{
"id": "018590-2022-1",
"awardID": "018590-2022-1",
"title": "Pest Control Services",
"status": "active",
"value": {
"amount": 3000000,
"currency": "GBP"
},
"dateSigned": "2022-05-16T00:00:00+01:00"
},
{
"id": "018590-2022-2",
"awardID": "018590-2022-2",
"title": "Pest Control Chemicals",
"status": "active",
"value": {
"amount": 1000000,
"currency": "GBP"
},
"dateSigned": "2022-05-16T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 9
},
{
"id": "6",
"measure": "bids",
"relatedLot": "2",
"value": 1
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 9
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "2",
"value": 1
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 9
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "2",
"value": 1
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 9
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "2",
"value": 1
}
]
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000673788"
}
]
}