Award

Conservation Architect Design Team Framework Agreement

NORTH LANARKSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

06 Jul 2022 at 15:28

Tender

28 Feb 2022 at 10:32

Summary of the contracting process

North Lanarkshire Council is seeking tenders for the "Conservation Architect Design Team Framework Agreement", aimed at providing architectural, construction, engineering, and inspection services primarily related to town centre regeneration and the conservation of historic buildings. The procurement is currently in the award stage, with a total budget of £3 million and a formal contract duration of 48 months. The submission deadline for tenders was 5 April 2022, and the contract is intended to support the delivery of 5,000 new homes by 2035 across the North Lanarkshire area.

This framework presents valuable opportunities for architectural firms and multi-disciplinary design teams, especially those with expertise in conservation architecture and related engineering fields. Bidders should ideally possess relevant qualifications, such as RIAS accreditation, and be able to demonstrate experience in delivering projects that integrate structural, civil, and specialist engineering services. Additionally, firms that can offer innovative solutions aligned with community benefit expectations will be well-positioned to compete effectively for appointments within this framework.

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

Conservation Architect Design Team Framework Agreement

Notice Description

North Lanarkshire Council's (the Council) Growth Team are tasked with town centre regeneration across the North Lanarkshire geographic area. A programme to identify, purchase and reconfigure / repurpose town centres sites to primarily residential accommodation is ongoing however given the age and heritage of town centre buildings in North Lanarkshire, appropriate conservation of the buildings will be required. Additionally, The Council has an approved programme to deliver 5,000 new homes by 2035. The Councils New Supply Team is responsible for the delivery of this large- scale programme and its challenges, not least, the procurement of design consultants and contractors to build the houses to the required standard, within the timescale required and at a competitive cost. Accordingly, the Council intends to implement a framework agreement to enable appointment of multiple conservation architect consultants to lead a multi-disciplinary design team that includes (but not limited to) structural / civil engineers, quantity surveyors, and specialist surveyors as required (i.e., rot, asbestos, traffic, acoustic etc.) to provide a design for the conservation of selected buildings through the RIBA stages from 0 - 6. This approach should provide the Council with a direct route to market for future projects as and when they come to fruition.

Lot Information

Lot 1

The Council requires the provision of Royal Incorporation of Architects in Scotland (RIAS) (or acceptable equivalent) conservation accredited architectural consultancy services associated with the design for the conversion of existing buildings and / or construction of new build housing including, but not limited to, the following areas: -Design and documentation services compatible with the RIBA plan of work 2020 stages 0 - 6 from initial feasibility through detailed design works; and -Contract administration services during site works and handover The properties / sites being pursued by the Council for regeneration are primarily, but not exclusively, listed buildings and therefore the Council is looking for a conservation accredited architect to lead a design team through various RIBA stages depending on project specific requirements. Additionally, the Framework Agreement may also require the provision of engineering consultancy services (sub-contracted as necessary) as required to complete the design for the conversion of existing buildings and / or construction of new build housing, specifically, but not limited to, the following disciplines: -Structural Engineer; -Civil Engineer; -M&E Engineer; -Acoustic Engineer; -Asbestos Surveyor; -Rot Surveyor; -Landscape Design; -Energy Consultancy; -Retrofitting Co-ordinator; and -Ecological Specialists (i.e. bat, invasive species etc.) Consultant's may also have the capability and capacity to fulfil the roles of contract administrator and principal designer in order to plan, manage, monitor and coordinate the pre-construction phase. This includes managing and mitigating any potential health and safety risks throughout the design process. Additional services as mutually agreed between the Council and Consultant may also be required. Consultant's must be able to provide all roles and services stated within a Call-Off Contract. The primary contractual relationship will sit with the Council and the appointed Consultant; however, collateral warranties agreement may be required between the Consultants and any third-party sub-contractor (s) to support the delivery of Services. Further information in regards to the scope of the Framework Agreement is detailed within condition 2.5 of the ITT document within the PCS-T System.

Renewal: The Framework Agreement will be awarded for a total of 48 months (24 plus 12 plus 12). Following expiry of the Framework Agreement, the Council may elect to re-tender requirements.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-031b9e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/018534-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71000000 - Architectural, construction, engineering and inspection services

71200000 - Architectural and related services

71210000 - Advisory architectural services

71220000 - Architectural design services

71230000 - Organisation of architectural design contests

71240000 - Architectural, engineering and planning services

71250000 - Architectural, engineering and surveying services

71300000 - Engineering services

71310000 - Consultative engineering and construction services

71330000 - Miscellaneous engineering services

71340000 - Integrated engineering services

71350000 - Engineering-related scientific and technical services

71400000 - Urban planning and landscape architectural services

71410000 - Urban planning services

71420000 - Landscape architectural services

71500000 - Construction-related services

71520000 - Construction supervision services

71530000 - Construction consultancy services

71540000 - Construction management services

Notice Value(s)

Tender Value
£3,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£3,000,000 £1M-£10M

Notice Dates

Publication Date
6 Jul 20223 years ago
Submission Deadline
5 Apr 2022Expired
Future Notice Date
Not specified
Award Date
22 Jun 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
The Framework Agreement will be awarded for a total of 48 months (24 plus 12 plus 12). Following expiry of the Framework Agreement, the Council may elect to re-tender requirements.

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
NORTH LANARKSHIRE COUNCIL
Contact Name
Euan Walker
Contact Email
walkereuan@northlan.gov.uk
Contact Phone
Not specified

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
4
Supplier Names

MAST ARCHITECTS (MASTARCH

PAGE \ PARK ARCHITECTS

ROBERT POTTER AND PARTNERS

SMITH SCOTT MULLAN ASSOCIATES

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-031b9e-2022-07-06T16:28:59+01:00",
    "date": "2022-07-06T16:28:59+01:00",
    "ocid": "ocds-h6vhtk-031b9e",
    "description": "Following completion of the Procurement, it is the Council intention to appoint a maximum of six (6) Consultants within the Framework Agreement, this will be achieved by way of the appointing the Tenderers with the highest \"Total Combined Score\" (most economically advantageous tenders) within the Procurement to two decimal points. The Council reserves the right to increase the number of Consultants appointed to the Framework Agreement where the Council considers this necessary to ensure sufficient competition and equal treatment of all Tenderers within the Procurement Full details of the Council's approach to appointments within the Framework Agreement is detailed in condition 2.2 of the ITT Document. --- Tenderers are encouraged to review and familiarise themselves with the ITT document located within the Supplier Attachment Area of the PCST System prior to submitting a Tender. --- Bidders must complete the SPD (Scotland) within the Qualification Envelope of the PCST System as part of their submitted Tender. Further to Section III of this contract notice, the following minimum criteria will also apply: Part II - Information Concerning the Bidder A: Information About the Bidder; B: Information About Representatives of the Bidder; C: Information About Reliance on the Capacities of Other Entities; and D: Information Concerning Sub-contractors on Whose Capacity the Bidder Does Not Rely. Minimum level(s) of standards required: The information required in Part II of the SPD (Scotland) is for information only and therefore will not be assessed however the Councils may choose not to select a Bidder that cannot provide basic company information. Bidders should ensure that they submit appropriate SPD (Scotland) completed by other members of the group, if they are bidding as part of a group, others on whose capacity they rely, and known subcontractors on whose capacity they do not rely on, to satisfy any aspect of the SPD (Scotland). Part III - Exclusion Grounds Minimum level(s) of standards required: Bidders will be assessed as a FAIL and will be excluded from the Procurement if they detail that they are in any of the situations referred to in regulation 7 to 13 assessed in accordance with regulation 58 of the Public Contracts (Scotland) Regulations 2015 Part VI - Concluding statements Minimum level(s) of standards required: Bidders unable to complete this part of the SPD (Scotland) may be excluded from the Procurement. --- All Tenderers must complete the Qualification, Technical and Commercial Envelopes within the PCS-T System as instructed. --- Late Tenders will not be considered under any circumstances. The Council will not provide additional notification to any Bidder of the rejection of a late Tender. For the avoidance of any doubt, automated messages confirming receipt of a Tender should not be taken to imply acceptance of it by the Council. The complete Tender (complete with SPD (Scotland)) should be submitted in accordance with the instructions given with the Form of Tender signed by an authorised representative i.e. company director or secretary (as registered within Companies House) or by a person authorised by the Bidder to do so. The Council reserves the right to exclude any unclear, erroneous, qualified and / or incomplete Tenders received. (SC Ref:698183)",
    "initiationType": "tender",
    "tender": {
        "id": "NLC-CPT-21-110",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Conservation Architect Design Team Framework Agreement",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71000000",
            "description": "Architectural, construction, engineering and inspection services"
        },
        "mainProcurementCategory": "services",
        "description": "North Lanarkshire Council's (the Council) Growth Team are tasked with town centre regeneration across the North Lanarkshire geographic area. A programme to identify, purchase and reconfigure / repurpose town centres sites to primarily residential accommodation is ongoing however given the age and heritage of town centre buildings in North Lanarkshire, appropriate conservation of the buildings will be required. Additionally, The Council has an approved programme to deliver 5,000 new homes by 2035. The Councils New Supply Team is responsible for the delivery of this large- scale programme and its challenges, not least, the procurement of design consultants and contractors to build the houses to the required standard, within the timescale required and at a competitive cost. Accordingly, the Council intends to implement a framework agreement to enable appointment of multiple conservation architect consultants to lead a multi-disciplinary design team that includes (but not limited to) structural / civil engineers, quantity surveyors, and specialist surveyors as required (i.e., rot, asbestos, traffic, acoustic etc.) to provide a design for the conservation of selected buildings through the RIBA stages from 0 - 6. This approach should provide the Council with a direct route to market for future projects as and when they come to fruition.",
        "value": {
            "amount": 3000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Council requires the provision of Royal Incorporation of Architects in Scotland (RIAS) (or acceptable equivalent) conservation accredited architectural consultancy services associated with the design for the conversion of existing buildings and / or construction of new build housing including, but not limited to, the following areas: -Design and documentation services compatible with the RIBA plan of work 2020 stages 0 - 6 from initial feasibility through detailed design works; and -Contract administration services during site works and handover The properties / sites being pursued by the Council for regeneration are primarily, but not exclusively, listed buildings and therefore the Council is looking for a conservation accredited architect to lead a design team through various RIBA stages depending on project specific requirements. Additionally, the Framework Agreement may also require the provision of engineering consultancy services (sub-contracted as necessary) as required to complete the design for the conversion of existing buildings and / or construction of new build housing, specifically, but not limited to, the following disciplines: -Structural Engineer; -Civil Engineer; -M&E Engineer; -Acoustic Engineer; -Asbestos Surveyor; -Rot Surveyor; -Landscape Design; -Energy Consultancy; -Retrofitting Co-ordinator; and -Ecological Specialists (i.e. bat, invasive species etc.) Consultant's may also have the capability and capacity to fulfil the roles of contract administrator and principal designer in order to plan, manage, monitor and coordinate the pre-construction phase. This includes managing and mitigating any potential health and safety risks throughout the design process. Additional services as mutually agreed between the Council and Consultant may also be required. Consultant's must be able to provide all roles and services stated within a Call-Off Contract. The primary contractual relationship will sit with the Council and the appointed Consultant; however, collateral warranties agreement may be required between the Consultants and any third-party sub-contractor (s) to support the delivery of Services. Further information in regards to the scope of the Framework Agreement is detailed within condition 2.5 of the ITT document within the PCS-T System.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Skillset Availability and Qualifications",
                            "type": "quality",
                            "description": "17"
                        },
                        {
                            "name": "Delivery of Services",
                            "type": "quality",
                            "description": "18"
                        },
                        {
                            "name": "Project Management",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Project Completion, Handover and Post Occupancy",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Community Benefits Methodology",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Community Benefits Offering",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Framework Agreement will be awarded for a total of 48 months (24 plus 12 plus 12). Following expiry of the Framework Agreement, the Council may elect to re-tender requirements."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71200000",
                        "description": "Architectural and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71210000",
                        "description": "Advisory architectural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71220000",
                        "description": "Architectural design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71230000",
                        "description": "Organisation of architectural design contests"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71240000",
                        "description": "Architectural, engineering and planning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71250000",
                        "description": "Architectural, engineering and surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71300000",
                        "description": "Engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71310000",
                        "description": "Consultative engineering and construction services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71330000",
                        "description": "Miscellaneous engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71340000",
                        "description": "Integrated engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71350000",
                        "description": "Engineering-related scientific and technical services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71400000",
                        "description": "Urban planning and landscape architectural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71410000",
                        "description": "Urban planning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71420000",
                        "description": "Landscape architectural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71500000",
                        "description": "Construction-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71520000",
                        "description": "Construction supervision services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71530000",
                        "description": "Construction consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71540000",
                        "description": "Construction management services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "SPD (Scotland) 4A1.b - Bidders must be registered or enrolled in the relevant trade register kept in the Member State of its establishment (as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015. --- SPD (Scotland) 4A1.b - Within the Qualification Envelope, Bidder's should provide a response confirming that they are on a relevant trade register i.e. Companies House and provide their Company Registration Number. Bidders identified for appointment to the Framework Agreement will be required to provide evidence that demonstrates they are registered or enrolled in the relevant trade register i.e. a certificate of incorporation. This element will be assessed on a pass / fail basis.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "SPD (Scotland) 4B.4 - Bidders will be required to state the value(s) for the following financial ratio: Acid Test ratio of 1.00 and above. The acceptable range for Acid Test financial ratio is the bidders most recent financial year where fully audited accounts are available. The Acid Test financial ratio will be calculated as follows: Liquid Assets (Cash and Cash Equivalents + Marketable Securities + Accounts Receivable) / Current Liabilities --- SPD (Scotland) 4B.5 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded Framework Agreement, the types and levels of insurance indicated below: - Professional Indemnity - minimum 5m GBP (FIVE MILLION POUNDS STERLING) in the aggregate. - Employer's (Compulsory) Liability Insurance - minimum 10m GBP (TEN MILLION POUNDS STERLING) for any one occurrence and in the aggregate - Public Liability - minimum 10m GBP (TEN MILLION POUNDS STERLING) for any one occurrence and in the aggregate",
                    "minimum": "SPD (Scotland) 4B.4 - The Acid Test (or Quick Ratio) compares a company's most short-term assets to its most short-term liabilities to see if a company has enough cash to pay its immediate liabilities, such as short-term debt. The Acid Test ratio disregards current assets that are difficult to liquidate quickly such as inventory. Within the Qualification Envelope, the bidder should state their Acid Test ratio score (using the calculation above) for their most recent financial year where fully audited accounts are available. Bidders who fail to provide a response to this question or fail to achieve an Acid Test ratio score of 1.00 or above within their Tender may be assessed as a FAIL and be excluded from the Procurement. --- SPD (Scotland) 4B.5 - Within the Qualification Envelope, bidder's should confirm whether or not they: -have the required minimum levels of insurance, -do not have the required minimum levels of insurance but commit to obtaining required levels of insurance if successful in being appointed to the Framework Agreement, -do not have required minimum levels of insurance and do not commit to obtaining required levels of insurance, or -are exempt from requiring the minimum levels of insurance required by the Council. Bidders that do not have required minimum levels of insurance and do not commit to obtaining required levels of insurance may be assessed as a FAIL and be excluded from the Procurement. Bidders who fail to provide a response to this question within their Tender may be assessed as a FAIL and be excluded from the Procurement.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "SPD (Scotland) 4C.1.2 - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice. --- SPD (Scotland) 4C.6.1 - Bidders will be required to confirm that at least one of their employees has the following relevant educational and professional qualifications: -Royal Incorporation of Architects in Scotland (RIAS) Accreditation in Conservation Architecture (or suitable equivalent) Should a Bidder feel their staff have a suitable equivalent qualification / accreditation to that stated above, it is the Bidders responsibility to clarify this within the Council during the tender phase of the Procurement by the deadline for clarification messages. --- SPD (Scotland) 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the Framework Agreement. --- SPD (Scotland) 4D.1 - Full details of the selection criteria in regards to Quality Assurance is located within condition 3.2 of the ITT document within the PCS-T System.",
                    "minimum": "PD (Scotland)4C.1.2 - Bidders should provide a minimum of two (2) examples of contractual arrangements they have held over the past three (3) years which best demonstrates their relevant experience to deliver requirements within the Framework Agreement which were similar in regards to scope, scale and duration. Within the Qualification Envelope, the bidder should provide a minimum of two (2) examples fully inclusive of the name of the contractual arrangement, a brief description of the requirements, the duration of the contractual arrangement (including start and end dates (month/ year) and the overall value. Bidders who fail to provide suitable examples may be assessed as a FAIL and be excluded from the Procurement. --- SPD (Scotland) 4C.6.1 - Within the Qualification Envelope, the Bidder should confirm that at least one of their employees hold the minimum qualification / accreditation outlined or an agreed equivalent. Bidders that submit an equivalent qualification / accreditation however is not agreed during tender phase of the Procurement may be assessed as a FAIL and be excluded from the Procurement. Bidders that state they do not have the required minimum qualification / accreditation outlined (or an agreed equivalent) will be assessed as a FAIL and be excluded from the Procurement. Bidders who fail to provide a response to this question within their Tender may be assessed as a FAIL and be excluded from the Procurement. --- SPD (Scotland) 4C.10 - Bidders should confirm whether they intend to subcontract any part of the Framework Agreement and if so, what proportion will be sub-contracted. Bidders who fail to demonstrate the percentage of works to be sub-contracted may be assessed as a FAIL and be excluded from the Procurement. --- SPD (Scotland) 4D.1 - Full details of the selection criteria in regards to Quality Assurance is located within condition 3.2 of the ITT document within the PCS-T System.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "Further information on Framework Agreement monitoring conditions is located within condition 2.8 of the ITT document within the PCS-T System.",
            "hasElectronicOrdering": true,
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 6
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-04-05T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2022-09-30T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2022-04-05T12:30:00+01:00"
        },
        "bidOpening": {
            "date": "2022-04-05T12:30:00+01:00",
            "address": {
                "streetAddress": "Tenders received will be opened in accordance with condition 18.5 of the Councils General Contract Standing Orders. Date and time of the Opening of Tenders (as stated above) is subject to change at the Councils sole discretion."
            }
        },
        "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": "The Framework Agreement will be awarded for a total of 48 months (24 plus 12 plus 12). Following expiry of the Framework Agreement, the Council may elect to re-tender requirements."
        }
    },
    "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": {
                "name": "Euan Walker",
                "email": "walkereuan@northlan.gov.uk",
                "url": "https://www.publictendersscotland.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-57878",
            "name": "MAST Architects (MASTARCH Ltd)",
            "identifier": {
                "legalName": "MAST Architects (MASTARCH Ltd)"
            },
            "address": {
                "streetAddress": "51 St Vincent Crescent, Glasgow",
                "locality": "GLASGOW",
                "region": "UKM",
                "postalCode": "G3 8NQ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-57879",
            "name": "Page \\ Park Architects Ltd",
            "identifier": {
                "legalName": "Page \\ Park Architects Ltd"
            },
            "address": {
                "streetAddress": "20 James Morrison Street",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G1 5PE",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-5022",
            "name": "Robert Potter and Partners LLP",
            "identifier": {
                "legalName": "Robert Potter and Partners LLP"
            },
            "address": {
                "streetAddress": "110 West George Street",
                "locality": "Glasgow",
                "region": "UK",
                "postalCode": "G2 1QJ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-2547",
            "name": "Smith Scott Mullan Associates",
            "identifier": {
                "legalName": "Smith Scott Mullan Associates"
            },
            "address": {
                "streetAddress": "378 Leith Walk",
                "locality": "Edinburgh",
                "region": "UK",
                "postalCode": "EH7 4PF",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-689",
        "name": "North Lanarkshire Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "018534-2022-NLC-CPT-21-110-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-57878",
                    "name": "MAST Architects (MASTARCH Ltd)"
                },
                {
                    "id": "GB-FTS-57879",
                    "name": "Page \\ Park Architects Ltd"
                },
                {
                    "id": "GB-FTS-5022",
                    "name": "Robert Potter and Partners LLP"
                },
                {
                    "id": "GB-FTS-2547",
                    "name": "Smith Scott Mullan Associates"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "018534-2022-NLC-CPT-21-110-1",
            "awardID": "018534-2022-NLC-CPT-21-110-1",
            "status": "active",
            "value": {
                "amount": 3000000,
                "currency": "GBP"
            },
            "dateSigned": "2022-06-23T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 9
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 9
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 9
            }
        ]
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000681272"
        }
    ]
}