Notice Information
Notice Title
Fire Safety Advice and Expertise
Notice Description
The City of Edinburgh Council is seeking to establish a Framework of up to 3 suitably qualified and experienced organisations to deliver fire safety advice and expertise for a period of 3 years with the option to extend for a further year. Fire Safety expertise. The Council requires advice to provide immediate industry level expertise to all aspects of fire safety in times of urgent need and planned inspections in either a housing repair or capital programme environment. The full specification is contained within the tender package and includes, but is not limited to, the following services: - Assurance/performance audit - Legislative advice and guidance including support for emergency planning or further development of Business Continuity Plans or processes - Providing specific industry legislative guidance, advice, and training not available in-house. - Onsite inspections of contractors' work will also be required. - Support in the writing of specifications, procedural/practice statements to meet legislative or industry standards. - In the event of major disruptions or emergency situations, support for the Council in its activities as required to cope with the emergency This framework will predominantly utilised to support the Council's residential stock, however, may be used for commercial properties also.
Lot Information
CDM
Advice services related to CDM within domestic properties.
Renewal: It is the intention of the Council that any Contract resulting from this ITT will commence in November 2022 for a period of two years with the option to extend for two further twelve month periods, undertaken at the sole discretion of the Council.
Water QualityAdvice services related to water quality within domestic properties.
Renewal: It is the intention of the Council that any Contract resulting from this ITT will commence in November 2022 for a period of two years with the option to extend for two further twelve month periods, undertaken at the sole discretion of the Council.
AsbestosThe City of Edinburgh Council is seeking to establish a Framework of up to 3 suitably qualified and experienced organisations to deliver fire safety advice and expertise for a period of 3 years with the option to extend for a further year. Fire Safety expertise. The Council requires advice to provide immediate industry level expertise to all aspects of fire safety in times of urgent need and planned inspections in either a housing repair or capital programme environment. The full specification is contained within the tender package and includes, but is not limited to, the following services: - Assurance/performance audit - Legislative advice and guidance including support for emergency planning or further development of Business Continuity Plans or processes - Providing specific industry legislative guidance, advice, and training not available in-house. - Onsite inspections of contractors' work will also be required. - Support in the writing of specifications, procedural/practice statements to meet legislative or industry standards. - In the event of major disruptions or emergency situations, support for the Council in its activities as required to cope with the emergency This framework will predominantly utilised to support the Council's residential stock, however, may be used for commercial properties also. The estimated value of the framework is GBP200,000 over the 4 year duration. Full details can be found by noting your interest and downloading the tender documentation.
Renewal: It is the intention of the Council that any Contract resulting from this ITT will commence in November 2022 for a period of two years with the option to extend for two further twelve month periods, undertaken at the sole discretion of the Council.
Fire SafetyAdvice services related to Fire Safety within domestic properties.
Renewal: It is the intention of the Council that any Contract resulting from this ITT will commence in November 2022 for a period of two years with the option to extend for two further twelve month periods, undertaken at the sole discretion of the Council.
ElectricityAdvice services related to Electricity within domestic properties.
Renewal: It is the intention of the Council that any Contract resulting from this ITT will commence in November 2022 for a period of two years with the option to extend for two further twelve month periods, undertaken at the sole discretion of the Council.
GasAdvice services related to Gas within domestic properties.
Renewal: It is the intention of the Council that any Contract resulting from this ITT will commence in November 2022 for a period of two years with the option to extend for two further twelve month periods, undertaken at the sole discretion of the Council.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03597d
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/016292-2024
- 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
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
75 - Administration, defence and social security services
-
- CPV Codes
71317100 - Fire and explosion protection and control consultancy services
71317210 - Health and safety consultancy services
71530000 - Construction consultancy services
75251000 - Fire-brigade services
75251110 - Fire-prevention services
Notice Value(s)
- Tender Value
- £200,000 £100K-£500K
- Lots Value
- £200,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- £450,176 £100K-£500K
Notice Dates
- Publication Date
- 23 May 20241 years ago
- Submission Deadline
- 20 Oct 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 4 Jan 20233 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Active, Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE CITY OF EDINBURGH COUNCIL
- Contact Name
- Ben Fulton
- Contact Email
- kelly.faulds@edinburgh.gov.uk
- Contact Phone
- +44 1315296432
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
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-03597d-2024-05-23T11:30:51+01:00",
"date": "2024-05-23T11:30:51+01:00",
"ocid": "ocds-h6vhtk-03597d",
"description": "CONTRACT SPECIFIC MANDATORY CRITERIA Part IV: Selection criteria - C: Technical and Professional Ability - Prompt Payment - Question 4C.4 - It is a mandatory requirement of this Framework that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled. Bidders should confirm that this condition will be met within the response to this question. Part IV: Selection criteria - C: Technical and Professional Ability - Living Wage Payment - Question 4C.4 Tenderers are asked to confirm that they will pay staff that are involved in the delivery of the [framework agreement / contract, and/or any subsequent call off contract] (including any agency or sub-contractor staff) directly involved in the delivery of the [framework agreement / contract, and/or any subsequent call off contract]), at least the real Living Wage. Part IV: Selection criteria - C: Environmental Management Measures - Question 4C.7 - Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to the provision of a carbon reduction plan Where a Tenderer's response is of a less than the acceptable standard, 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. Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management - Question 4D.1 - It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition (SC Ref:767379)",
"initiationType": "tender",
"tender": {
"id": "CT1268",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Fire Safety Advice and Expertise",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71317100",
"description": "Fire and explosion protection and control consultancy services"
},
"mainProcurementCategory": "services",
"description": "The City of Edinburgh Council is seeking to establish a Framework of up to 3 suitably qualified and experienced organisations to deliver fire safety advice and expertise for a period of 3 years with the option to extend for a further year. Fire Safety expertise. The Council requires advice to provide immediate industry level expertise to all aspects of fire safety in times of urgent need and planned inspections in either a housing repair or capital programme environment. The full specification is contained within the tender package and includes, but is not limited to, the following services: - Assurance/performance audit - Legislative advice and guidance including support for emergency planning or further development of Business Continuity Plans or processes - Providing specific industry legislative guidance, advice, and training not available in-house. - Onsite inspections of contractors' work will also be required. - Support in the writing of specifications, procedural/practice statements to meet legislative or industry standards. - In the event of major disruptions or emergency situations, support for the Council in its activities as required to cope with the emergency This framework will predominantly utilised to support the Council's residential stock, however, may be used for commercial properties also.",
"value": {
"amount": 200000,
"currency": "GBP"
},
"lots": [
{
"id": "3",
"title": "CDM",
"description": "Advice services related to CDM within domestic properties.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "It is the intention of the Council that any Contract resulting from this ITT will commence in November 2022 for a period of two years with the option to extend for two further twelve month periods, undertaken at the sole discretion of the Council."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "2",
"title": "Water Quality",
"description": "Advice services related to water quality within domestic properties.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "It is the intention of the Council that any Contract resulting from this ITT will commence in November 2022 for a period of two years with the option to extend for two further twelve month periods, undertaken at the sole discretion of the Council."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "1",
"title": "Asbestos",
"description": "The City of Edinburgh Council is seeking to establish a Framework of up to 3 suitably qualified and experienced organisations to deliver fire safety advice and expertise for a period of 3 years with the option to extend for a further year. Fire Safety expertise. The Council requires advice to provide immediate industry level expertise to all aspects of fire safety in times of urgent need and planned inspections in either a housing repair or capital programme environment. The full specification is contained within the tender package and includes, but is not limited to, the following services: - Assurance/performance audit - Legislative advice and guidance including support for emergency planning or further development of Business Continuity Plans or processes - Providing specific industry legislative guidance, advice, and training not available in-house. - Onsite inspections of contractors' work will also be required. - Support in the writing of specifications, procedural/practice statements to meet legislative or industry standards. - In the event of major disruptions or emergency situations, support for the Council in its activities as required to cope with the emergency This framework will predominantly utilised to support the Council's residential stock, however, may be used for commercial properties also. The estimated value of the framework is GBP200,000 over the 4 year duration. Full details can be found by noting your interest and downloading the tender documentation.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"renewal": {
"description": "It is the intention of the Council that any Contract resulting from this ITT will commence in November 2022 for a period of two years with the option to extend for two further twelve month periods, undertaken at the sole discretion of the Council."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"value": {
"amount": 200000,
"currency": "GBP"
}
},
{
"id": "4",
"title": "Fire Safety",
"description": "Advice services related to Fire Safety within domestic properties.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "It is the intention of the Council that any Contract resulting from this ITT will commence in November 2022 for a period of two years with the option to extend for two further twelve month periods, undertaken at the sole discretion of the Council."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "5",
"title": "Electricity",
"description": "Advice services related to Electricity within domestic properties.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "It is the intention of the Council that any Contract resulting from this ITT will commence in November 2022 for a period of two years with the option to extend for two further twelve month periods, undertaken at the sole discretion of the Council."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "6",
"title": "Gas",
"description": "Advice services related to Gas within domestic properties.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "It is the intention of the Council that any Contract resulting from this ITT will commence in November 2022 for a period of two years with the option to extend for two further twelve month periods, undertaken at the sole discretion of the Council."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"relatedLot": "3"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71317210",
"description": "Health and safety consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"relatedLot": "2"
},
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75251110",
"description": "Fire-prevention services"
},
{
"scheme": "CPV",
"id": "71317100",
"description": "Fire and explosion protection and control consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
},
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1",
"deliveryLocation": {
"description": "The City of Edinburgh"
}
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75251000",
"description": "Fire-brigade services"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "6"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk",
"communication": {
"atypicalToolUrl": "https://www.publiccontractsscotland.gov.uk"
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Part III: Section A, B, C & D - 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 [for above threshold)/8 and 9 of the Procurement (Scotland) Regulations 2016 (below threshold) Part IV: Selection criteria - B: Economic and financial standing - Question 4B.1 - Tenderers are required to have a minimum \"general\" annual turnover of 80,000 GBP for the last two financial years. 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. Part IV: Selection criteria - B: Economic and financial standing - Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4 Current ratio for Current Year: 1.10 Current ratio for Prior Year: 1:10 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 1.1. 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.",
"minimum": "Minimum \"general\" annual turnover of 80,000 GBP for the last two financial years. Current ratio for Current Year: 1.10 Current ratio for Prior Year: 1:10 Employer's Liability Insurance (minimum of 5 Million GBP) Public Liability Insurance (minimum of 10 Million GBP) Professional Indemnity (minimum of 1 Million GBP) Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 3
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-10-20T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"awardPeriod": {
"startDate": "2023-10-20T12:00:00+01:00"
},
"bidOpening": {
"date": "2023-10-20T12:00:00+01:00"
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"documents": [
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"reviewDetails": "An economic operator that suffers or risks suffering loss or damage attributable to a breach of duty under Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or Court of Session. . A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the Find a Tender Service /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": "Ben Fulton",
"telephone": "+44 1315296432",
"email": "kelly.faulds@edinburgh.gov.uk",
"url": "https://www.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-4261",
"name": "Sheriff Court",
"identifier": {
"legalName": "Sheriff Court"
},
"address": {
"locality": "Edinburgh",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-24851",
"name": "SOCOTEC UK Ltd",
"identifier": {
"legalName": "SOCOTEC UK Ltd"
},
"address": {
"streetAddress": "2-6 langlands place, kelvin south industrial estate",
"locality": "East Kilbride",
"region": "UK",
"postalCode": "G75 0XF",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7808641092"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-72614",
"name": "CORGI Technical Services",
"identifier": {
"legalName": "CORGI Technical Services"
},
"address": {
"streetAddress": "11 Campbell Court, Bramley, Bramley",
"locality": "Tadley",
"region": "UK",
"postalCode": "RG26 5EG",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7811197728"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-5024",
"name": "Sheriff Court",
"identifier": {
"legalName": "Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, 27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-114435",
"name": "PartB Group",
"identifier": {
"legalName": "PartB Group"
},
"address": {
"streetAddress": "Perra Buisness Park",
"locality": "Melton Mowbray",
"region": "UKF21",
"postalCode": "LE13 0PB",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7871735633"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-114436",
"name": "D S Fire Safety",
"identifier": {
"legalName": "D S Fire Safety"
},
"address": {
"streetAddress": "12 Walnut Grove",
"locality": "Leven",
"region": "UK",
"postalCode": "KY8 5PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7552054276"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-77731",
"name": "Hydrock Consultants Limited",
"identifier": {
"legalName": "Hydrock Consultants Limited"
},
"address": {
"streetAddress": "Over Court Barns, Over Lane, Almondsbury",
"locality": "Bristol",
"region": "UK",
"postalCode": "BS32 4DF",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7973389253"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-346",
"name": "The City of Edinburgh Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000743581"
}
],
"language": "en",
"awards": [
{
"id": "000858-2023-1",
"relatedLots": [
"1"
],
"title": "Asbestos",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-24851",
"name": "SOCOTEC UK Ltd"
}
]
},
{
"id": "000858-2023-2",
"relatedLots": [
"5"
],
"title": "Electricity",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-72614",
"name": "CORGI Technical Services"
}
]
},
{
"id": "000858-2023-3",
"relatedLots": [
"6"
],
"title": "Gas",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-72614",
"name": "CORGI Technical Services"
}
]
},
{
"id": "016292-2024-CT1268-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-114435",
"name": "PartB Group"
},
{
"id": "GB-FTS-114436",
"name": "D S Fire Safety"
},
{
"id": "GB-FTS-77731",
"name": "Hydrock Consultants Limited"
}
]
}
],
"contracts": [
{
"id": "000858-2023-1",
"awardID": "000858-2023-1",
"title": "Asbestos",
"status": "active",
"value": {
"amount": 91549,
"currency": "GBP"
},
"dateSigned": "2023-01-04T00:00:00Z"
},
{
"id": "000858-2023-2",
"awardID": "000858-2023-2",
"title": "Electricity",
"status": "active",
"value": {
"amount": 80643.43,
"currency": "GBP"
},
"dateSigned": "2023-01-04T00:00:00Z"
},
{
"id": "000858-2023-3",
"awardID": "000858-2023-3",
"title": "Gas",
"status": "active",
"value": {
"amount": 77984.85,
"currency": "GBP"
},
"dateSigned": "2023-01-04T00:00:00Z"
},
{
"id": "016292-2024-CT1268-1",
"awardID": "016292-2024-CT1268-1",
"status": "active",
"value": {
"amount": 200000,
"currency": "GBP"
},
"dateSigned": "2024-04-15T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "6",
"measure": "bids",
"relatedLot": "5",
"value": 1
},
{
"id": "11",
"measure": "bids",
"relatedLot": "6",
"value": 1
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 2
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "5",
"value": 0
},
{
"id": "12",
"measure": "smeBids",
"relatedLot": "6",
"value": 1
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "5",
"value": 0
},
{
"id": "13",
"measure": "foreignBidsFromEU",
"relatedLot": "6",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 2
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "5",
"value": 1
},
{
"id": "14",
"measure": "foreignBidsFromNonEU",
"relatedLot": "6",
"value": 1
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "5",
"value": 1
},
{
"id": "15",
"measure": "electronicBids",
"relatedLot": "6",
"value": 1
},
{
"id": "16",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "17",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "18",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "19",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 3
},
{
"id": "20",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
}
]
}
}