Award

WLC Asbestos Surveying Removal and Analytical Services Framework

WEST LOTHIAN COUNCIL

This public procurement record has 2 releases in its history.

Award

31 Mar 2023 at 07:43

Tender

15 Nov 2022 at 11:52

Summary of the contracting process

The West Lothian Council has awarded contracts for Asbestos Surveying, Analytics, and Removal services as part of the "WLC Asbestos Surveying Removal and Analytical Services Framework". The contracts were signed on 28th March 2023 with a total value of £8,000,000. The Council is based in Livingston, UK, and the procurement process is in an active status. The contracts have been awarded to multiple suppliers, creating opportunities for businesses of various sizes.

This tender by the West Lothian Council offers business growth opportunities in the asbestos-removal sector. Companies providing surveying, analytical, and removal services would be well-suited to compete. Suppliers must meet specific quality criteria and pricing, outlined in the award criteria of the tender documentation. The procurement method is an open procedure, with the possibility of renewals, and the tender period ends on 16th December 2022.

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

WLC Asbestos Surveying Removal and Analytical Services Framework

Notice Description

Award of Asbestos Framework with three lots: surveying, analytics and removal

Lot Information

WLC Asbestos Analytics Framework

Award of Asbestos Analytics Framework If bidders intend to use a supply chain to deliver the requirements detailed in II.2.4 in the Find a Tender Service, Contract Notice or relevant section of the Site Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance. Additional information: Re: SPD Q3D.1, 3D.2 and 3D.3 Bidders should answer these questions on Environmental, social and labour law in relation to compliance with the regulations covering Scotland and the UK. Police Scotland will be consulted with regards to Serious and Organised Crime checks. Any links to this type of activity may cause your tender to be rejected.

Renewal: Options to extend for up to 24 months

WLC Asbestos Removals Framework

Award of Asbestos removals contractors for all scales of project from domestic to larger schools and offices If bidders intend to use a supply chain to deliver the requirements detailed in II.2.4 in the Find a Tender Service, Contract Notice or relevant section of the Site Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance. Additional information: Re: SPD Q3D.1, 3D.2 and 3D.3 Bidders should answer these questions on Environmental, social and labour law in relation to compliance with the regulations covering Scotland and the UK. Police Scotland will be consulted with regards to Serious and Organised Crime checks. Any links to this type of activity may cause your tender to be rejected.

Renewal: Options to extend for up to a further 24 months

WLC Asbestos Surveying Framework

Award of Asbestos Surveying Framework. If bidders intend to use a supply chain to deliver the requirements detailed in II.2.4 in the Find a Tender Service, Contract Notice or relevant section of the Site Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.ce. Additional information: Re: SPD Q3D.1, 3D.2 and 3D.3 Bidders should answer these questions on Environmental, social and labour law in relation to compliance with the regulations covering Scotland and the UK. Police Scotland will be consulted with regards to Serious and Organised Crime checks. Any links to this type of activity may cause your tender to be rejected.

Renewal: Option to extend for up to 24 months.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03847f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/009391-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

71 - Architectural, construction, engineering and inspection services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

45262660 - Asbestos-removal work

71600000 - Technical testing, analysis and consultancy services

90650000 - Asbestos removal services

Notice Value(s)

Tender Value
£8,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£6,000,000 £1M-£10M

Notice Dates

Publication Date
31 Mar 20232 years ago
Submission Deadline
16 Dec 2022Expired
Future Notice Date
Not specified
Award Date
27 Mar 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
Providing framework runs for full four years this will be republished in 4 years time.

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
WEST LOTHIAN COUNCIL
Contact Name
Catriona Peden
Contact Email
catriona.peden@westlothian.gov.uk
Contact Phone
+44 1506283312

Buyer Location

Locality
LIVINGSTON
Postcode
EH54 6FF
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM14 West Lothian
Delivery Location
TLM78 West Lothian

Local Authority
West Lothian
Electoral Ward
Livingston South
Westminster Constituency
Livingston

Supplier Information

Number of Suppliers
7
Supplier Names

BRADLEY ENVIRONMENTAL CONSULTANTS

CLARKES ENVIRONMENTAL

ENVIRAZ (SCOTLAND

ENVIRONMENTAL ESSENTIALS

LIFE ENVIRONMENTAL SERVICES

RHODAR INDUSTRIAL SERVICES

TERSUS CONSULTANCY

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-03847f-2023-03-31T08:43:45+01:00",
    "date": "2023-03-31T08:43:45+01:00",
    "ocid": "ocds-h6vhtk-03847f",
    "description": "Re: SPD Q2B, complete information for all company directors, using home address. TUPE - The incoming Contractor is responsible for obtaining legal and professional advice about relevant TUPE implications. CONFIDENTIALITY - All information supplied by the Authority must be treated in confidence and not disclosed to third parties except insofar as this is necessary to obtain sureties or quotations for the purpose of submitting the tender. All information supplied by you to the Authority will similarly be treated in confidence except: (i) for any information required to be disclosed or otherwise provided by the Authority to any person in order to comply with the Freedom of Information (Scotland) Act 2002 and any codes of practice applicable from time to time relating to access to public authorities' information. The Tenderer shall co-operate, facilitate, support and assist the Authority in the provision of this information. In the event the Authority is required to provide information to any person as a result of a request made to it under such Act and/or codes, the Authority shall adhere to the requirements of such Act and/or codes in disclosing information relating to this Agreement, the Project documents and the Contractor. (ii) that references may be sought from banks, existing or past clients, or other referees submitted by the tenderers; (iii) for the disclosure of such information with regard to the outcome of the procurement process as may be required to be published in the Supplement to the Official Journal of the European Union in accordance with EU directives or elsewhere in accordance with the requirements of UK government policy on the disclosure of information relating to government contracts. (SC Ref:727453)",
    "initiationType": "tender",
    "tender": {
        "id": "CC12435",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "WLC Asbestos Surveying Removal and Analytical Services Framework",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45262660",
            "description": "Asbestos-removal work"
        },
        "mainProcurementCategory": "works",
        "description": "Award of Asbestos Framework with three lots: surveying, analytics and removal",
        "value": {
            "amount": 8000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2,
            "maximumLotsAwardedPerSupplier": 2
        },
        "lots": [
            {
                "id": "2",
                "title": "WLC Asbestos Analytics Framework",
                "description": "Award of Asbestos Analytics Framework If bidders intend to use a supply chain to deliver the requirements detailed in II.2.4 in the Find a Tender Service, Contract Notice or relevant section of the Site Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance. Additional information: Re: SPD Q3D.1, 3D.2 and 3D.3 Bidders should answer these questions on Environmental, social and labour law in relation to compliance with the regulations covering Scotland and the UK. Police Scotland will be consulted with regards to Serious and Organised Crime checks. Any links to this type of activity may cause your tender to be rejected.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Plan of Work",
                            "type": "quality",
                            "description": "4"
                        },
                        {
                            "name": "Reporting",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Reporting 2",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Procedures",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Emergency Response",
                            "type": "quality",
                            "description": "4"
                        },
                        {
                            "name": "CPD/Competence/Experience",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Contract Management",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Planning",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Communication",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Communication - Non council contacts",
                            "type": "quality",
                            "description": "1"
                        },
                        {
                            "name": "Complaint Resolution",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Complaint Resolution 2",
                            "type": "quality",
                            "description": "1"
                        },
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "type": "price",
                            "description": "50"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Options to extend for up to 24 months"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "3",
                "title": "WLC Asbestos Removals Framework",
                "description": "Award of Asbestos removals contractors for all scales of project from domestic to larger schools and offices If bidders intend to use a supply chain to deliver the requirements detailed in II.2.4 in the Find a Tender Service, Contract Notice or relevant section of the Site Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance. Additional information: Re: SPD Q3D.1, 3D.2 and 3D.3 Bidders should answer these questions on Environmental, social and labour law in relation to compliance with the regulations covering Scotland and the UK. Police Scotland will be consulted with regards to Serious and Organised Crime checks. Any links to this type of activity may cause your tender to be rejected.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Plan of Work",
                            "type": "quality",
                            "description": "8"
                        },
                        {
                            "name": "Emergency Cover",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "CPD/Competence/Experience",
                            "type": "quality",
                            "description": "4"
                        },
                        {
                            "name": "CDM",
                            "type": "quality",
                            "description": "4"
                        },
                        {
                            "name": "Planning",
                            "type": "quality",
                            "description": "7"
                        },
                        {
                            "name": "Planning 2",
                            "type": "quality",
                            "description": "7"
                        },
                        {
                            "name": "Project Issues Resolution",
                            "type": "quality",
                            "description": "4"
                        },
                        {
                            "name": "Communication",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Communication 2",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Complaint Resolution",
                            "type": "quality",
                            "description": "4"
                        },
                        {
                            "name": "Complaint Resolution 2",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "type": "price",
                            "description": "50"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Options to extend for up to a further 24 months"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "1",
                "title": "WLC Asbestos Surveying Framework",
                "description": "Award of Asbestos Surveying Framework. If bidders intend to use a supply chain to deliver the requirements detailed in II.2.4 in the Find a Tender Service, Contract Notice or relevant section of the Site Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.ce. Additional information: Re: SPD Q3D.1, 3D.2 and 3D.3 Bidders should answer these questions on Environmental, social and labour law in relation to compliance with the regulations covering Scotland and the UK. Police Scotland will be consulted with regards to Serious and Organised Crime checks. Any links to this type of activity may cause your tender to be rejected.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Survey Plan",
                            "type": "quality",
                            "description": "4"
                        },
                        {
                            "name": "Report",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Reporting Timescales",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Emergency Cover",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "CPD/Competence/Exeprience",
                            "type": "quality",
                            "description": "4"
                        },
                        {
                            "name": "CDM",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Planning",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Planning - Domestic",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Communication",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Communication - Non-Council Contacts",
                            "type": "quality",
                            "description": "1"
                        },
                        {
                            "name": "Complaint Resolution",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Complaint Resolution",
                            "type": "quality",
                            "description": "1"
                        },
                        {
                            "type": "price",
                            "description": "50"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend for up to 24 months."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45262660",
                        "description": "Asbestos-removal work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90650000",
                        "description": "Asbestos removal services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71600000",
                        "description": "Technical testing, analysis and consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM78"
                    },
                    {
                        "region": "UKM78"
                    }
                ],
                "deliveryLocation": {
                    "description": "Council buildings within the West Lothian boundaries"
                },
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45262660",
                        "description": "Asbestos-removal work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90650000",
                        "description": "Asbestos removal services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM78"
                    },
                    {
                        "region": "UKM78"
                    }
                ],
                "deliveryLocation": {
                    "description": "Council Buildings within the West Lothian Council boundaries"
                },
                "relatedLot": "3"
            },
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45262660",
                        "description": "Asbestos-removal work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90650000",
                        "description": "Asbestos removal services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM78"
                    },
                    {
                        "region": "UKM78"
                    }
                ],
                "deliveryLocation": {
                    "description": "Council Buildings within the West Lothian Council boundaries"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "WLC expect the following memberships to be in place. This will be checked prior to awards. Should you wish an alternative to be considered please advise through the message board prior to tender closing date. Lot 1 Surveys Member of ATAC [Asbestos Testing & Consultancy Association] Lot 2 Analytical Member of ATAC [Asbestos Testing & Consultancy Association] Lot 3 Removal & Disposal Member of ARCA [Asbestos Removal Contractors Association] or Member of ACAD [Asbestos Control Abatement Division]",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Re SPD question 4B.6 West Lothian Council will use Dun and Bradstreet's DBAi financial reporting system to assess the financial stability of tenderers. Tenderers with a Failure Score of 51 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Please note that 50 or less will not be considered as having met this criteria. If a tenderer has a Failure Score of less than 51, the tenderer may be required to submit their last three years accounts. In the event that the tenderer is not required to publish accounts and therefore does not have a Dun & Bradstreet or equivalent rating, tenderers should be able to provide financial accounts when requested. The council will then conduct an analysis of the accounts to ensure that there is no significant financial risk. Please note that if you intend on attaching 2 years accounts, these must include financial data over a 3 year period. It is recommended that candidates review their own Dun & Bradstreet Score in advance of submitting their tender. If following this review tenderers consider that the Dun & Bradstreet Score does not reflect their current financial status, details of this should be provided, complete with evidence of a good high street credit rating (the equivalent of Dun & Bradstreet score 51) from a recognised credit referencing agency. The council will review any such information as part of the evaluation of Tenderer's financial status. In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee. Should after review of the financial evaluation the tenderer fail, then the tender submission may be rejected.",
                    "minimum": "Professional Risk Indemnity: 5,000,000 GBP (Lots 1 & 2) Employer's (Compulsory) Liability:10,000,000 GBP Public Liability: 5,000,000 GBP Other Insurance: Valid Motor Vehicle Insurance",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Re: SPD Q4D Bidders must hold the certificates or comply with the questions noted in SPD 4D attached to http://www.westlothian.gov.uk/article/11428/Changes-to-Public-Procurement-Rules. The HSE website will be checked for breaches. Should our H&S team not be satisfied with the outcome your tender will be rejected.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 6
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-12-16T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "awardPeriod": {
            "startDate": "2022-12-16T12:00:00Z"
        },
        "bidOpening": {
            "date": "2022-12-16T12:00:00Z",
            "address": {
                "streetAddress": "PCS-Tender"
            },
            "description": "WLC staff on PCS-Tender"
        },
        "hasRecurrence": true,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "recurrence": {
            "description": "Providing framework runs for full four years this will be republished in 4 years time."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-1335",
            "name": "West Lothian Council",
            "identifier": {
                "legalName": "West Lothian Council"
            },
            "address": {
                "streetAddress": "West Lothian Civic Centre, Howden South Road",
                "locality": "Livingston",
                "region": "UKM78",
                "postalCode": "EH54 6FF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Catriona Peden",
                "telephone": "+44 1506283312",
                "email": "catriona.peden@westlothian.gov.uk",
                "faxNumber": "+44 1506281325",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.westlothian.gov.uk/",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-47205",
            "name": "Livingston Sheriff Court",
            "identifier": {
                "legalName": "Livingston Sheriff Court"
            },
            "address": {
                "streetAddress": "West Lothian Civic Centre, Howden South Road,",
                "locality": "Livingston",
                "postalCode": "EH54 6FF",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-7886",
            "name": "Bradley Environmental Consultants",
            "identifier": {
                "legalName": "Bradley Environmental Consultants"
            },
            "address": {
                "streetAddress": "20 Stourbridge Road",
                "locality": "Halesowen",
                "region": "UK",
                "postalCode": "B63 3US",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1924274777",
                "faxNumber": "+44 1924283620"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-78972",
            "name": "Tersus Consultancy Limited",
            "identifier": {
                "legalName": "Tersus Consultancy Limited"
            },
            "address": {
                "streetAddress": "Unit 6 Carrera Court, Church Lane",
                "locality": "Dinnington, Sheffield",
                "region": "UK",
                "postalCode": "S25 2RG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7794267866"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-78973",
            "name": "CLARKES ENVIRONMENTAL LTD",
            "identifier": {
                "legalName": "CLARKES ENVIRONMENTAL LTD"
            },
            "address": {
                "streetAddress": "Unit 9 Kelvin Gate, 58 Kelvin Avenue",
                "locality": "Hillington Park",
                "region": "UK",
                "postalCode": "G52 4GA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-49171",
            "name": "Environmental Essentials Limited",
            "identifier": {
                "legalName": "Environmental Essentials Limited"
            },
            "address": {
                "streetAddress": "Unit 3 Arlington Court, Silverdale Enterprise Park, Cannel Row, Staffordshire",
                "locality": "Newcastle-under-Lyme",
                "region": "UK",
                "postalCode": "ST66SS",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 8454569953",
                "faxNumber": "+44 8454569954"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-19686",
            "name": "Life Environmental Services Ltd",
            "identifier": {
                "legalName": "Life Environmental Services Ltd"
            },
            "address": {
                "streetAddress": "Caledonia House, Evanton Drive, Thornliebank Industrial Estate",
                "locality": "Glasgow",
                "region": "UK",
                "postalCode": "G46 8JT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7894488628"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-7857",
            "name": "Enviraz (Scotland) Limited",
            "identifier": {
                "legalName": "Enviraz (Scotland) Limited"
            },
            "address": {
                "streetAddress": "23-29 Kelvin Avenue, Hillington",
                "locality": "Glasgow",
                "region": "UK",
                "postalCode": "G52 4LT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1418828440",
                "faxNumber": "+44 1418824607"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-57586",
            "name": "Rhodar Industrial Services Limited",
            "identifier": {
                "legalName": "Rhodar Industrial Services Limited"
            },
            "address": {
                "streetAddress": "Unit C, Astra Park, Parkside Lane",
                "locality": "Leeds",
                "region": "UK",
                "postalCode": "LS11 5SZ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1283561683"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1335",
        "name": "West Lothian Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000713258"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "009391-2023-1",
            "relatedLots": [
                "1"
            ],
            "title": "WLC Asbestos Surveying Framework",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-7886",
                    "name": "Bradley Environmental Consultants"
                },
                {
                    "id": "GB-FTS-49171",
                    "name": "Environmental Essentials Limited"
                },
                {
                    "id": "GB-FTS-19686",
                    "name": "Life Environmental Services Ltd"
                },
                {
                    "id": "GB-FTS-78972",
                    "name": "Tersus Consultancy Limited"
                }
            ]
        },
        {
            "id": "009391-2023-2",
            "relatedLots": [
                "2"
            ],
            "title": "WLC Asbestos Analytics Framework",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-78972",
                    "name": "Tersus Consultancy Limited"
                },
                {
                    "id": "GB-FTS-19686",
                    "name": "Life Environmental Services Ltd"
                },
                {
                    "id": "GB-FTS-49171",
                    "name": "Environmental Essentials Limited"
                },
                {
                    "id": "GB-FTS-7886",
                    "name": "Bradley Environmental Consultants"
                }
            ]
        },
        {
            "id": "009391-2023-3",
            "relatedLots": [
                "3"
            ],
            "title": "WLC Asbestos Removals Framework",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-78973",
                    "name": "CLARKES ENVIRONMENTAL LTD"
                },
                {
                    "id": "GB-FTS-7857",
                    "name": "Enviraz (Scotland) Limited"
                },
                {
                    "id": "GB-FTS-57586",
                    "name": "Rhodar Industrial Services Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "009391-2023-1",
            "awardID": "009391-2023-1",
            "title": "WLC Asbestos Surveying Framework",
            "status": "active",
            "value": {
                "amount": 2400000,
                "currency": "GBP"
            },
            "dateSigned": "2023-03-28T00:00:00+01:00"
        },
        {
            "id": "009391-2023-2",
            "awardID": "009391-2023-2",
            "title": "WLC Asbestos Analytics Framework",
            "status": "active",
            "value": {
                "amount": 240000,
                "currency": "GBP"
            },
            "dateSigned": "2023-03-28T00:00:00+01:00"
        },
        {
            "id": "009391-2023-3",
            "awardID": "009391-2023-3",
            "title": "WLC Asbestos Removals Framework",
            "status": "active",
            "value": {
                "amount": 3360000,
                "currency": "GBP"
            },
            "dateSigned": "2023-03-28T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "2",
                "value": 4
            },
            {
                "id": "11",
                "measure": "bids",
                "relatedLot": "3",
                "value": 3
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "2",
                "value": 4
            },
            {
                "id": "12",
                "measure": "smeBids",
                "relatedLot": "3",
                "value": 3
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "13",
                "measure": "foreignBidsFromEU",
                "relatedLot": "3",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "2",
                "value": 4
            },
            {
                "id": "14",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "3",
                "value": 3
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "2",
                "value": 4
            },
            {
                "id": "15",
                "measure": "electronicBids",
                "relatedLot": "3",
                "value": 3
            }
        ]
    }
}