Notice Information
Notice Title
Supply, Delivery and/or Installation of Doors and Windows
Notice Description
Supply, Delivery and/or Installation of Doors and Windows, including UPVC Windows, Timber/Sash/Case Windows, and Doorsets including Fire Doors.
Lot Information
UPVC/Composite Windows (Low Rise)
Windows: Removal, disposal and replacement of existing windows. Repair of existing windows. Window replacement using either single, double or triple glazed. Repair or replace ingoes, soffits, sills, aprons and facings as appropriate. Recycle, disposal of all materials. Any other associated works. Additional information: **** THIS IS A CORRECTION AND SUPERSEDES AUG455409 ****
Timber Sash and Case WindowsRemoval, disposal and replacement of existing windows. Repair of existing windows. Window replacement using either single, double, slim-line double or triple glazed. Repair or replace ingoes, soffits, sills, aprons and facings as appropriate. Recycle, disposal of all materials. Any other associated works. Types of windows required: Sash & Case Windows Casement Windows Additional information: **** THIS IS A CORRECTION AND SUPERSEDES AUG455409 ****
Doors, including: Flat Entrance Fire Doorsets, Landing Pass Fire Doorsets, Main Entrance House Doors, Internal Pass DoorsSupply, Delivery and/or Installation of Doors Flat Entrance Fire Doorsets, Landing Pass Fire Doorsets, Main Entrance House Doors and Internal Pass Doors. Removal, disposal & replacement of existing doors/door sets and associated side lights, fanlights and screens. Repair of existing doors/door sets and associated side lights, fanlights and screens where appropriate. Repair or replace ingoes, soffits, sills, aprons and facings as appropriate. Recycle, disposal of all materials. Any other associated works.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02cbdc
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/023581-2022
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
-
- CPV Codes
44221000 - Windows, doors and related items
44221100 - Windows
45421100 - Installation of doors and windows and related components
45421130 - Installation of doors and windows
45421131 - Installation of doors
45421132 - Installation of windows
Notice Value(s)
- Tender Value
- £44,000,000 £10M-£100M
- Lots Value
- £44,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £28,000,000 £10M-£100M
Notice Dates
- Publication Date
- 24 Aug 20223 years ago
- Submission Deadline
- 23 Aug 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 21 Feb 20224 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Unsuccessful
- Lots Status
- Cancelled
- Awards Status
- Active, Unsuccessful
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE CITY OF EDINBURGH COUNCIL
- Contact Name
- Pippa Brown
- Contact Email
- pippa.brown@edinburgh.gov.uk
- Contact Phone
- +44 1314693875
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH8 8BG
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM75 City of Edinburgh
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- City Centre
- Westminster Constituency
- Edinburgh East and Musselburgh
Further Information
Notice 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-02cbdc-2022-08-24T11:14:37+01:00",
"date": "2022-08-24T11:14:37+01:00",
"ocid": "ocds-h6vhtk-02cbdc",
"description": "NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=655648. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. (SC Ref:702563)",
"initiationType": "tender",
"tender": {
"id": "CT0923",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Supply, Delivery and/or Installation of Doors and Windows",
"status": "unsuccessful",
"classification": {
"scheme": "CPV",
"id": "45421100",
"description": "Installation of doors and windows and related components"
},
"mainProcurementCategory": "works",
"description": "Supply, Delivery and/or Installation of Doors and Windows, including UPVC Windows, Timber/Sash/Case Windows, and Doorsets including Fire Doors.",
"value": {
"amount": 44000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "UPVC/Composite Windows (Low Rise)",
"description": "Windows: Removal, disposal and replacement of existing windows. Repair of existing windows. Window replacement using either single, double or triple glazed. Repair or replace ingoes, soffits, sills, aprons and facings as appropriate. Recycle, disposal of all materials. Any other associated works. Additional information: **** THIS IS A CORRECTION AND SUPERSEDES AUG455409 ****",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"value": {
"amount": 24000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "2",
"title": "Timber Sash and Case Windows",
"description": "Removal, disposal and replacement of existing windows. Repair of existing windows. Window replacement using either single, double, slim-line double or triple glazed. Repair or replace ingoes, soffits, sills, aprons and facings as appropriate. Recycle, disposal of all materials. Any other associated works. Types of windows required: Sash & Case Windows Casement Windows Additional information: **** THIS IS A CORRECTION AND SUPERSEDES AUG455409 ****",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"value": {
"amount": 4000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "3",
"title": "Doors, including: Flat Entrance Fire Doorsets, Landing Pass Fire Doorsets, Main Entrance House Doors, Internal Pass Doors",
"description": "Supply, Delivery and/or Installation of Doors Flat Entrance Fire Doorsets, Landing Pass Fire Doorsets, Main Entrance House Doors and Internal Pass Doors. Removal, disposal & replacement of existing doors/door sets and associated side lights, fanlights and screens. Repair of existing doors/door sets and associated side lights, fanlights and screens where appropriate. Repair or replace ingoes, soffits, sills, aprons and facings as appropriate. Recycle, disposal of all materials. Any other associated works.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"value": {
"amount": 16000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44221000",
"description": "Windows, doors and related items"
},
{
"scheme": "CPV",
"id": "44221100",
"description": "Windows"
},
{
"scheme": "CPV",
"id": "45421130",
"description": "Installation of doors and windows"
},
{
"scheme": "CPV",
"id": "45421132",
"description": "Installation of windows"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44221000",
"description": "Windows, doors and related items"
},
{
"scheme": "CPV",
"id": "44221100",
"description": "Windows"
},
{
"scheme": "CPV",
"id": "45421130",
"description": "Installation of doors and windows"
},
{
"scheme": "CPV",
"id": "45421132",
"description": "Installation of windows"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44221000",
"description": "Windows, doors and related items"
},
{
"scheme": "CPV",
"id": "45421100",
"description": "Installation of doors and windows and related components"
},
{
"scheme": "CPV",
"id": "45421130",
"description": "Installation of doors and windows"
},
{
"scheme": "CPV",
"id": "45421131",
"description": "Installation of doors"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "3"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Lot 1: Tenderers are required to have a minimum \"general\" annual turnover of GBP6,000,000m for the last two financial years. Lot 2: Tenderers are required to have a minimum \"general\" annual turnover of GBP1,000,000m for the last two financial years. Lot 3: Tenderers are required to have a minimum \"general\" annual turnover of GBP4,000,000m for the last two financial years. All Lots: Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Tenderers will be required provide the following information: Current ratio for Current Year: 1.20 Current ratio for Prior Year: 1.20 The formula for calculating a Tenderer's current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.20. Where a Tenderer's current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: a. Employers (Compulsory) Liability Insurance - GBP5m b. Public Liability Insurance - GBP10m c. Professional Indemnity - GBP5m d. Contractors All Risk - GBP5m",
"minimum": "Lot 1: Tenderers are required to have a minimum \"general\" annual turnover of GBP6,000,000m for the last two financial years. Lot 2: Tenderers are required to have a minimum \"general\" annual turnover of GBP1,000,000m for the last two financial years. Lot 3: Tenderers are required to have a minimum \"general\" annual turnover of GBP4,000,000m for the last two financial years. All Lots: Tenderers will be required to meet the following minimum financial ratio: Current ratio for Current Year: 1.20 Current ratio for Prior Year: 1.20 Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: a. Employers (Compulsory) Liability Insurance - GBP5m b. Public Liability Insurance - GBP10m c. Professional Indemnity - GBP5m d. Contractors All Risk - GBP5m",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Lot 1 requirements: Windows manufactured to BS EN 14351: 2006+A2:2016. Window must be accompanied with an accredited test report for Sash Mechanical Strength to EN 13115:2020 and achieve the following criteria: Static Torsion - 'Jammed Sash Release' to EN 14609:2004 - 350N. PVC-U Profile to BS EN 12608-1:2016+A1:2020. The Restrictor and/or any lockout or washstop safety device must be tested to EN 14609 or EN 948 and be able to hold the sash or casement in place for 60s when a force of 350N is applied to the sash. Workmanship must be covered by schemes that comply with relevant management system recommendations of BS EN ISO 9001 and ISO 45001. Lot 3 requirements: Workmanship must be covered by schemes that comply with relevant management system recommendations of BS EN ISO 9001 and ISO 45001. Registration to a third party certified to install scheme with evidence accredited under the United Kingdom Accredited Service (UKAS). Fire test certificates issued against fire resistance test for each manufactured fire Doors/Doorsets are to be carried out under a current third-party certification scheme by an independent nationally accredited laboratory, typically the test and assessment report submitted by a laboratory shall be accredited under the United Kingdom Accredited Service (UKAS). All fire doorsets must meet the requirements of Secure By Design PAS 24:2016, Enhanced security performance requirements for doorsets. Fire Resisting Door/Doorsets/Assemblies: As defined in BS EN 12519. Requirement: the specified performance to meet the minimum period attained when tested for fire, integrity, insulation and smoke (on both sides) with the specified requirements for fire resistance test under BS EN 1634-1 or BS EN 1634-3 and classified under BS EN 13501-2: 2016 classifications 30 / 60 minute (m) for the following doors; a copy of the certification must accompany the tender submission and must cover all doorsets as detailed below. -E 30 minute -EI 30 minute -EI 30 S200 minute -E 60 minute -EI 60 minute -EI 60 S200 minute Fire Resisting Door/ Doorsets / Assemblies: As defined in BS EN 12519 Requirement: the specified performance to meet the minimum period attained when tested for fire, integrity, insulation and smoke (on both sides) with the specified requirements for fire resistance test under BS EN 1634-1 or BS EN 1634-3 and classified under BS EN 13501-2: 2016 classifications 30 / 60 /90/ 120 minute (m) for the following doors; a copy of the certification must accompany the tender submission and must cover all doorsets as detailed below. -EI200 30 minute -EI2 60 minute -EI2 90 minute -EI2 120 minute",
"minimum": "Lot 1 requirements: Windows manufactured to BS EN 14351: 2006+A2:2016. Window must be accompanied with an accredited test report for Sash Mechanical Strength to EN 13115:2020 and achieve the following criteria: Static Torsion - 'Jammed Sash Release' to EN 14609:2004 - 350N. PVC-U Profile to BS EN 12608-1:2016+A1:2020. The Restrictor and/or any lockout or washstop safety device must be tested to EN 14609 or EN 948 and be able to hold the sash or casement in place for 60s when a force of 350N is applied to the sash. Workmanship must be covered by schemes that comply with relevant management system recommendations of BS EN ISO 9001 and ISO 45001. Lot 3 requirements: Workmanship must be covered by schemes that comply with relevant management system recommendations of BS EN ISO 9001 and ISO 45001. Registration to a third party certified to install scheme with evidence accredited under the United Kingdom Accredited Service (UKAS). Fire test certificates issued against fire resistance test for each manufactured fire Doors/Doorsets are to be carried out under a current third-party certification scheme by an independent nationally accredited laboratory, typically the test and assessment report submitted by a laboratory shall be accredited under the United Kingdom Accredited Service (UKAS). All fire doorsets must meet the requirements of Secure By Design PAS 24:2016, Enhanced security performance requirements for doorsets. Fire Resisting Door/Doorsets/Assemblies: As defined in BS EN 12519. Requirement: the specified performance to meet the minimum period attained when tested for fire, integrity, insulation and smoke (on both sides) with the specified requirements for fire resistance test under BS EN 1634-1 or BS EN 1634-3 and classified under BS EN 13501-2: 2016 classifications 30 / 60 minute (m) for the following doors; a copy of the certification must accompany the tender submission and must cover all doorsets as detailed below. -E 30 minute -EI 30 minute -EI 30 S200 minute -E 60 minute -EI 60 minute -EI 60 S200 minute Fire Resisting Door/ Doorsets / Assemblies: As defined in BS EN 12519 Requirement: the specified performance to meet the minimum period attained when tested for fire, integrity, insulation and smoke (on both sides) with the specified requirements for fire resistance test under BS EN 1634-1 or BS EN 1634-3 and classified under BS EN 13501-2: 2016 classifications 30 / 60 /90/ 120 minute (m) for the following doors; a copy of the certification must accompany the tender submission and must cover all doorsets as detailed below. -EI200 30 minute -EI2 60 minute -EI2 90 minute -EI2 120 minute",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 24
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-08-23T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"awardPeriod": {
"startDate": "2021-08-23T12:00:00+01:00"
},
"bidOpening": {
"date": "2021-08-23T12:00:00+01:00"
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"reviewDetails": "A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the FTS/OJEU or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into."
},
"parties": [
{
"id": "GB-FTS-346",
"name": "The City of Edinburgh Council",
"identifier": {
"legalName": "The City of Edinburgh Council"
},
"address": {
"streetAddress": "Waverley Court, 4 East Market Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH8 8BG",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Pippa Brown",
"telephone": "+44 1314693875",
"email": "pippa.brown@edinburgh.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.edinburgh.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-23318",
"name": "Sherriff Court, Sherriff Court House,",
"identifier": {
"legalName": "Sherriff Court, Sherriff Court House,"
},
"address": {
"streetAddress": "27 Chambers Street, Edinburgh. EH1 1LB Court of Session, Parliament House, Parliament Square",
"locality": "Edinburgh",
"postalCode": "EH1 1RQ",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-62168",
"name": "Anglian Building Products",
"identifier": {
"legalName": "Anglian Building Products"
},
"address": {
"streetAddress": "Unit 2, 45 Hurricane Way",
"locality": "Norwich",
"region": "UKH",
"postalCode": "NR6 6JB",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1603422043"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-58177",
"name": "Watson and Lyall Limited",
"identifier": {
"legalName": "Watson and Lyall Limited"
},
"address": {
"streetAddress": "Dryden Road, Bilston Glen Ind. Estate",
"locality": "Loanhead",
"region": "UKM75",
"postalCode": "EH20 9LZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1314409744"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-62169",
"name": "CMS Enviro Systems",
"identifier": {
"legalName": "CMS Enviro Systems"
},
"address": {
"streetAddress": "10 Caisteal Road, Castlecary",
"locality": "Cumbernauld",
"region": "UKM84",
"postalCode": "G67 3JW",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1324841398"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-59958",
"name": "CR Smith Manufacturing",
"identifier": {
"legalName": "CR Smith Manufacturing"
},
"address": {
"streetAddress": "Gardeners Street,",
"locality": "Dunfermline,",
"region": "UKM",
"postalCode": "KY12 0RN.",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7962321806"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-16511",
"name": "Sidey Solutions Limited",
"identifier": {
"legalName": "Sidey Solutions Limited"
},
"address": {
"streetAddress": "19-57 Feus Road",
"locality": "Perth",
"region": "UK",
"postalCode": "PH1 2AX",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1738634803"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-18887",
"name": "Sovereign Group Limited",
"identifier": {
"legalName": "Sovereign Group Limited"
},
"address": {
"streetAddress": "Vale Street",
"locality": "Nelson",
"region": "UK",
"postalCode": "BB9 0TA",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1282440440"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-62170",
"name": "Parliament House, Parliament Square",
"identifier": {
"legalName": "Parliament House, Parliament Square"
},
"address": {
"locality": "Edinburgh",
"postalCode": "EH1 1RQ",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody"
]
}
],
"buyer": {
"id": "GB-FTS-346",
"name": "The City of Edinburgh Council"
},
"language": "en",
"awards": [
{
"id": "021254-2022-1",
"relatedLots": [
"1"
],
"title": "UPVC/Composite Windows (Low Rise)",
"status": "unsuccessful",
"statusDetails": "unsuccessful"
},
{
"id": "021254-2022-2",
"relatedLots": [
"2"
],
"title": "Timber Sash and Case Windows",
"status": "unsuccessful",
"statusDetails": "unsuccessful"
},
{
"id": "023576-2022-1",
"relatedLots": [
"1"
],
"title": "UPVC/Composite Windows (Low Rise)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-62168",
"name": "Anglian Building Products"
},
{
"id": "GB-FTS-62169",
"name": "CMS Enviro Systems"
},
{
"id": "GB-FTS-59958",
"name": "CR Smith Manufacturing"
},
{
"id": "GB-FTS-16511",
"name": "Sidey Solutions Limited"
},
{
"id": "GB-FTS-18887",
"name": "Sovereign Group Limited"
}
]
},
{
"id": "023576-2022-2",
"relatedLots": [
"2"
],
"title": "Timber Sash and Case Windows",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-58177",
"name": "Watson and Lyall Limited"
},
{
"id": "GB-FTS-18887",
"name": "Sovereign Group Limited"
}
]
},
{
"id": "023581-2022-1",
"relatedLots": [
"3"
],
"title": "Doors, including: Flat Entrance Fire Doorsets, Landing Pass Fire Doorsets, Main Entrance House Doors, Internal Pass Doors",
"status": "unsuccessful",
"statusDetails": "unsuccessful"
}
],
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000660877"
}
],
"contracts": [
{
"id": "023576-2022-1",
"awardID": "023576-2022-1",
"title": "UPVC/Composite Windows (Low Rise)",
"status": "active",
"value": {
"amount": 24000000,
"currency": "GBP"
},
"dateSigned": "2022-02-21T00:00:00Z"
},
{
"id": "023576-2022-2",
"awardID": "023576-2022-2",
"title": "Timber Sash and Case Windows",
"status": "active",
"value": {
"amount": 4000000,
"currency": "GBP"
},
"dateSigned": "2022-02-21T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 5
},
{
"id": "6",
"measure": "bids",
"relatedLot": "2",
"value": 2
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 3
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "2",
"value": 2
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "2",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 5
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 2
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 5
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "2",
"value": 2
}
]
}
}