Notice Information
Notice Title
MTC Bitumen Macadam (Bitmac) Repairs 2022 - 2026
Notice Description
Provision of a Bitmac Repairs and associated works service to support the ongoing maintenance of the Council's Corporate and Housing property portfolios. The Contract will comprise normal response repairs, immediate response repairs and empty properties repairs in areas such as footpaths, playgrounds, car parks, etc. within the geographical boundaries of North Lanarkshire Council. It is proposed that the scope of works comprise The total estimated Contract value is up to 5,950,000 GBP split over two lots as follows: Lot 1 (Corporate properties) - total value up to 2,800,000 GBP (up to a maximum of 800,000 GBP per annum); Lot 2 (Housing properties) - total value up to 3,150,000 GBP (up to a maximum of 900,000 GBP per annum)
Lot Information
Lot 1 - Corporate properties
Lot 1 (Corporate properties) - total value up to 2,800,000 GBP (up to a maximum of 800,000 GBP per annum) Provision of a Bitmac Repairs and associated works service to support the ongoing maintenance of the Council's Corporate property portfolio. The Contract will comprise normal response repairs, immediate response repairs and empty properties repairs in areas such as schools, nurseries, libraries, sports centres, office accommodation, community centres and cemeteries within the geographical boundaries of North Lanarkshire Council. Additional information: Candidates should read and refer to the ITT. Failure to comply with the instructions contained within the ITT may result in a Candidate's submission being rejected. 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. DEADLINE FOR QUESTIONS IS 9/12/21 AT 12:00.
Renewal: Initial Contract will be 18 months, with the option to extend for up to a further 24 months (each extension period or periods being no less than 3 months provided that the max extension in aggregate will be a period of 24 months from the expiry of the initial contract period), subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion.
Lot 2 - Housing propertiesLot 2 (Housing properties) - total value up to 3,150,000 GBP (up to a maximum of 900,000 GBP per annum) Provision of a Bitmac Repairs and associated works service to support the ongoing maintenance of the Council's Housing property portfolio. The Contract will comprise normal response repairs, immediate response repairs and empty properties repairs in areas such as multi storey blocks, housing estates, local offices, children's playgrounds, cross-overs adjacent to public roads, etc. within the geographical boundaries of North Lanarkshire Council. Additional information: Candidates should read and refer to the ITT. Failure to comply with the instructions contained within the ITT may result in a Candidate's submission being rejected. 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. DEADLINE FOR QUESTIONS IS 9/12/21 AT 12:00.
Renewal: Initial Contract will be 18 months, with the option to extend for up to a further 24 months (each extension period or periods being no less than 3 months provided that the max extension in aggregate will be a period of 24 months from the expiry of the initial contract period), subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02f784
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/015996-2022
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45233251 - Resurfacing works
Notice Value(s)
- Tender Value
- £5,950,000 £1M-£10M
- Lots Value
- £5,950,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £6,700,000 £1M-£10M
Notice Dates
- Publication Date
- 10 Jun 20223 years ago
- Submission Deadline
- 17 Dec 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 9 Jun 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 2ND QUARTER 2025
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
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
Further Information
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-02f784-2022-06-10T12:43:29+01:00",
"date": "2022-06-10T12:43:29+01:00",
"ocid": "ocds-h6vhtk-02f784",
"description": "The information required in Part II of the SPDS is for information only and will therefore not be assessed. The Council may however choose not to select Bidders who cannot provide basic company information. Bidders must ensure that they submit appropriate SPDS completed by other members of the group (if they are bidding as part of a group), others whose capacity they rely on, and known sub-contractors on whose capacity they do not rely on, to satisfy any aspect of the SPDS. Bidders unable to complete SPDS Part IV: Concluding Statements may be excluded from the competition. The complete ITT, with no pages omitted, must be submitted in accordance with instructions given, and be signed by an authorised representative (i.e. company director, secretary or other person authorised by the Candidate to do so). If the signatory is not the Candidate then the Candidate must provide, at the time of submitting the ITT, written confirmation of the signatory's authority to submit the ITT. Bidders should note that all documents listed in ITT Section 12 \"Checklist of Required Documents\" must be fully completed and submitted to ensure the submission is considered complete. Failure to do so may result in the submission being deemed non-compliant. Quality Questions - Minimum Score - If the average final score for any quality question response is below the minimum score requirement set for that question, then the submission response will be deemed non-compliant. For the avoidance of doubt, if any quality question is unanswered this will result in the bid being deemed non-compliant. Declaration of Non-involvement in Serious Organised Crime - In the case of any criminal history checks, the Council may exclude Bidders where the information provided to the Council by the Police Service of Scotland does not validate fully the information provided by the Bidder. Failure to disclose information that is relevant to this section or serious misrepresentation in relation to the information disclosed will result in exclusion from the Procurement or the termination of any subsequent contract that may be/has been awarded. (SC Ref:696597)",
"initiationType": "tender",
"tender": {
"id": "NLC-CPT-21-105 / HO PM 21 062",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "MTC Bitumen Macadam (Bitmac) Repairs 2022 - 2026",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45233251",
"description": "Resurfacing works"
},
"mainProcurementCategory": "works",
"description": "Provision of a Bitmac Repairs and associated works service to support the ongoing maintenance of the Council's Corporate and Housing property portfolios. The Contract will comprise normal response repairs, immediate response repairs and empty properties repairs in areas such as footpaths, playgrounds, car parks, etc. within the geographical boundaries of North Lanarkshire Council. It is proposed that the scope of works comprise The total estimated Contract value is up to 5,950,000 GBP split over two lots as follows: Lot 1 (Corporate properties) - total value up to 2,800,000 GBP (up to a maximum of 800,000 GBP per annum); Lot 2 (Housing properties) - total value up to 3,150,000 GBP (up to a maximum of 900,000 GBP per annum)",
"value": {
"amount": 5950000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Lot 1 - Corporate properties",
"description": "Lot 1 (Corporate properties) - total value up to 2,800,000 GBP (up to a maximum of 800,000 GBP per annum) Provision of a Bitmac Repairs and associated works service to support the ongoing maintenance of the Council's Corporate property portfolio. The Contract will comprise normal response repairs, immediate response repairs and empty properties repairs in areas such as schools, nurseries, libraries, sports centres, office accommodation, community centres and cemeteries within the geographical boundaries of North Lanarkshire Council. Additional information: Candidates should read and refer to the ITT. Failure to comply with the instructions contained within the ITT may result in a Candidate's submission being rejected. 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. DEADLINE FOR QUESTIONS IS 9/12/21 AT 12:00.",
"awardCriteria": {
"criteria": [
{
"name": "End User Satisfaction",
"type": "quality",
"description": "25%"
},
{
"name": "Programme Adherence",
"type": "quality",
"description": "25%"
},
{
"name": "Health & Safety and Environmental",
"type": "quality",
"description": "20%"
},
{
"name": "Fair Work Practices",
"type": "quality",
"description": "10%"
},
{
"name": "Community Benefits (offered for the minimum contract period of 18 months)",
"type": "quality",
"description": "10%"
},
{
"name": "Community Benefits (offered for the duration of the possible 3 month extension periods (up to 24 months))",
"type": "quality",
"description": "5%"
},
{
"name": "Community Benefits Supporting Methodologies",
"type": "quality",
"description": "5%"
},
{
"type": "price",
"description": "60%"
}
]
},
"value": {
"amount": 2800000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 540
},
"hasRenewal": true,
"renewal": {
"description": "Initial Contract will be 18 months, with the option to extend for up to a further 24 months (each extension period or periods being no less than 3 months provided that the max extension in aggregate will be a period of 24 months from the expiry of the initial contract period), subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "2",
"title": "Lot 2 - Housing properties",
"description": "Lot 2 (Housing properties) - total value up to 3,150,000 GBP (up to a maximum of 900,000 GBP per annum) Provision of a Bitmac Repairs and associated works service to support the ongoing maintenance of the Council's Housing property portfolio. The Contract will comprise normal response repairs, immediate response repairs and empty properties repairs in areas such as multi storey blocks, housing estates, local offices, children's playgrounds, cross-overs adjacent to public roads, etc. within the geographical boundaries of North Lanarkshire Council. Additional information: Candidates should read and refer to the ITT. Failure to comply with the instructions contained within the ITT may result in a Candidate's submission being rejected. 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. DEADLINE FOR QUESTIONS IS 9/12/21 AT 12:00.",
"awardCriteria": {
"criteria": [
{
"name": "End User Satisfaction",
"type": "quality",
"description": "25%"
},
{
"name": "Programme Adherence",
"type": "quality",
"description": "25%"
},
{
"name": "Health & Safety and Environmental",
"type": "quality",
"description": "20%"
},
{
"name": "Fair Work Practices",
"type": "quality",
"description": "10%"
},
{
"name": "Community Benefits (offered for the minimum contract period of 18 months)",
"type": "quality",
"description": "10%"
},
{
"name": "Community Benefits (offered for the duration of the possible 3 month extension periods (up to 24 months))",
"type": "quality",
"description": "5%"
},
{
"name": "Community Benefits Supporting Methodologies",
"type": "quality",
"description": "5%"
},
{
"type": "price",
"description": "60"
}
]
},
"value": {
"amount": 3150000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 540
},
"hasRenewal": true,
"renewal": {
"description": "Initial Contract will be 18 months, with the option to extend for up to a further 24 months (each extension period or periods being no less than 3 months provided that the max extension in aggregate will be a period of 24 months from the expiry of the initial contract period), subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45233251",
"description": "Resurfacing works"
}
],
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"deliveryLocation": {
"description": "North Lanarkshire Council area"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45233251",
"description": "Resurfacing works"
}
],
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"deliveryLocation": {
"description": "North Lanarkshire area"
},
"relatedLot": "2"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "SPDS Selection Criteria, Part IV Section A: Suitability 4A.1 and 4A.1.1 - Minimum level of standards required: 4A.1 - Bidders must be registered or enrolled in the relevant professional or trade register kept in it's country of establishment (as described in Schedule 5 of Public Contracts (Scotland) Regulations 2015). Bidders are required to provide information relating to this, i.e. registration number, member number etc. 4A.1.1 - If the relevant documentation is available electronically please indicate. Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4A.1. Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4A.1, will be assessed as a FAIL and will be excluded from the competition.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "SPDS Selection Criteria, Part IV, Section B: Economic and Financial Standing 4B.4,4B.4.1,4B.5.1b,4B.5.2 and 4B.5.3",
"minimum": "4B.4 - Bidders will be required to meet the undernoted Current Ratio minimum requirements. Bidders will be required to state the value(s) for the following financial ratio(s): Acid Test Ratio The acceptable range for the Acid Test Ratio is: Minimum value required: a value of greater than or equal to 1.00 in each of the last three financial years to 2 decimal places. The Acid Test Ratio will be calculated as follows: (Current Assets minus Inventory) divided by Current Liabilities, calculated to 2 decimal places. The bidder will be required to provide their audited financial accounts for the previous three years in order that the Council may confirm this ratio. 4B.4.1 - If the relevant documentation is available electronically, please indicate. 4B.5.1b - Bidders must confirm they already have or commit to obtain prior to the commencement of the Contract, the following levels of insurance cover: 1) Employer's Liability Insurance: 10,000,000 GBP http://www.hse.gov.uk/pubns/hse40.pdf 4B.5.2 - Bidders must confirm they already 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 2) Product Liability Insurance: 5,000,000 GBP 4B.5.3 - If the relevant documentation is available electronically, please indicate. Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e. 4B.4, 4B.5.1b and 4B.5.2. Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4B.4, 4B.5.1b and 4B.5.2 will be assessed as a FAIL and will be excluded from the competition.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "SPDS Selection Criteria, Part IV Section C: Technical and Professional Ability: 4C.1,4C.1.1,4C.6,4C.10 and SPDS Selection Criteria, Part IV Section D: Quality Assurance Schemes and Environmental Management Standards 4D.1, 4D.1.1, 4D.1.2, 4D.2, 4D.2.1 and 4D.2.2. 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 4D.1.1 and 4D.2.1 are set out in full in the SPDS and the SPDS Minimum Requirements document, which can be accessed through the buyer attachment area within the portal.",
"minimum": "4C.1 - Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice. Three examples are required for each lot that the bidder is tendering for, however, the examples chosen can be used for both lots. At least one example should be from the last 3 years. Question 4C.1 carries an overall weighting of 100% with 34% attributed to the first example and 33% attributed to examples 2 and 3. Each example provided should be in line with the value, scope, scale, and complexity of the Proposed Contract and should demonstrate that your role in the works was similar to that anticipated in the Proposed Contract. As a minimum, each example provided should detail the constraints, risks and challenges encountered and how these were managed and mitigated, including community engagement, project management, programme management, and KPI evaluations. Bidders must achieve an overall combined minimum score requirement of 50%. 4C.1.1 - If the relevant documentation concerning satisfactory execution and outcome for the most important works is available electronically, please indicate. 4C.6 - Bidders will be required to confirm and provide proof that they and/or the service provider have all of the following accreditations: ISO 9001 Quality Management, ISO 14001 Environmental Management, ISO 18001 Health and Safety Management. Bidders may provide alternative accreditations to those listed above. Any alternative accreditation must be accompanied by documented evidence to demonstrate the alternative is equivalent to the accreditation noted above. 4C.10 - Bidders will be required to confirm whether they intend to sub-contract and, if so, for what proportion of the contract. Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4C.1, 4C.6 and 4C.10. Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4C.1,4C.6 and 4C.10 will be assessed as a FAIL and will be excluded from the competition. 4D.1 Quality Management Procedures The bidder must hold and provide proof of a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or satisfy items a-g as detailed in 4D.1.1. 4D.1.1 - as per SPDS Health and Safety Procedures The bidder must hold and provide proof of a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 45001 (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 a-l in 4D.1.1 of the SPDS. 4D.1.2 If the relevant documentation is available electronically, please indicate. 4D.2 - The Bidder must hold and provide a UKAS (or equivalent) accredited independent third-party certificate of compliance with BS EN ISO 14001 (or equivalent) or satisfy items a-g as listed in 4D.2.1. 4D.2.1 - as per SPDS 4D.2.2 If the relevant documentation is available electronically, please indicate. Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4D.1, 4D.1.1, 4D.2 and 4D.2.1. Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4D.1, 4D.1.1, 4D.2 and 4D.2.1 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 conditions and requirements.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-12-17T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2021-12-17T12:00:00Z"
},
"bidOpening": {
"date": "2021-12-17T12:00:00Z"
},
"hasRecurrence": true,
"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.",
"recurrence": {
"description": "2ND QUARTER 2025"
}
},
"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-26938",
"name": "Scottish Courts",
"identifier": {
"legalName": "Scottish Courts"
},
"address": {
"locality": "Edinburgh",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-19167",
"name": "John McGeady Ltd",
"identifier": {
"legalName": "John McGeady Ltd"
},
"address": {
"streetAddress": "Craighead Industrial Estate, Whistleberry Road",
"locality": "Blantyre",
"region": "UK",
"postalCode": "G72 0TH",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "info@johnmcgreadyltd.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-388",
"name": "Hillhouse Quarry Group Ltd T/A MacASPHALT",
"identifier": {
"legalName": "Hillhouse Quarry Group Ltd T/A MacASPHALT"
},
"address": {
"streetAddress": "25 Scotts Road",
"locality": "Paisley",
"region": "UKM",
"postalCode": "PA2 7AN",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "macenquiries@hillhousegroup.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-689",
"name": "North Lanarkshire Council"
},
"language": "en",
"awards": [
{
"id": "015996-2022-1",
"relatedLots": [
"1"
],
"title": "Lot 1 - Corporate properties",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-19167",
"name": "John McGeady Ltd"
}
]
},
{
"id": "015996-2022-2",
"relatedLots": [
"2"
],
"title": "Lot 2 - Housing properties",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-388",
"name": "Hillhouse Quarry Group Ltd T/A MacASPHALT"
}
]
}
],
"contracts": [
{
"id": "015996-2022-1",
"awardID": "015996-2022-1",
"title": "Lot 1 - Corporate properties",
"status": "active",
"value": {
"amount": 2800000,
"currency": "GBP"
},
"dateSigned": "2022-06-10T00:00:00+01:00"
},
{
"id": "015996-2022-2",
"awardID": "015996-2022-2",
"title": "Lot 2 - Housing properties",
"status": "active",
"value": {
"amount": 3900000,
"currency": "GBP"
},
"dateSigned": "2022-06-10T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "6",
"measure": "bids",
"relatedLot": "2",
"value": 3
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 3
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "2",
"value": 3
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "2",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "2",
"value": 3
}
]
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000672974"
}
]
}