Notice Information
Notice Title
Roads and Infrastructure Framework
Notice Description
The Council's Procurement Service require to create a new generation Multi-Disciplined Roads and Infrastructure Framework for use by primarily Community and Enterprise Resources and Housing and Technical Resources. The framework will be accessible by any resource within the Council. The Framework Contract will be governed under the NEC3 Framework Contract April 2013 and will cover a range of works/services lots as follows: Lot 1 - Roads Network Improvements Lot 2 - Roads Routine Maintenance (Labour and Plant only) Lot 3 - Temporary Traffic Management Services Lot 4 - Maintenance of Council Bridges and Structures Lot 5 - Water Infrastructure Services Lot 6 - Outdoor Infrastructure Works including play Lot 7 - Groundworks The new framework will be procured via open procedure on the most economically advantageous tender (MEAT) criterion which enables the Council to take account of criteria that reflect qualitative, technical, and sustainable aspects of the tender submission as well as price when reaching a decision. All call-offs under the framework will be based on MEAT. No work will be guaranteed to any Contractor under the Framework Agreement. The Council has adopted a sequential opening process for any tender exercise conducted per the following stages: As part of Stage 1 the bidders will be required to complete a Single Procurement Document (SPD) as part of the Qualification envelope self-declaring that they meet the criteria requirements for the Lot(s) they have selected. As part of Stage 2 the bidders will then be required to complete a Technical response based on technical specific questions related to the lot they have selected. As part of Stage 3 the bidders will then be required to complete Commercial response based on activities associated to the Lot(s) they have selected. As part of the tender evaluation process the Council will then request evidence from each bidder prior to any bidder being appointed to the framework. It is anticipated the Council will state the number of contractors being appointed to each lot.
Lot Information
Roads Network Improvements
The lot includes elements of; road drainage, kerbing, ducting, surfacing, and other works associated with the maintenance of the Council's Road Network. All call-off contracts awarded under Lot 1 will be subject to the terms and conditions of the NEC3 Engineering and Construction Short Contract and the Method of Measurement is the Highway Works. All call-off contracts will be awarded via either Direct Award or Mini-competition as detailed in the Framework Information available on PCS-Tender (Attachment 4).
Roads Routine Maintenance (Labour and Plant only)The lot includes the provision of labour and plant and will include elements of; road drainage, kerbing, ducting, surfacing, plant/labour associated with winter maintenance and other works associated with the maintenance of the road network. All call-off contracts awarded from the Framework under Lot 2 will be subject to the terms and conditions of the NEC3 Engineering and Construction Short Contract and the Method of Measurement is the Highway Works. All call-off contracts will be awarded via either Direct Award or Mini-competition.
Temporary Traffic Management ServicesThe lot includes for both planned and emergency requirements includes the provision, set up, maintenance and removal of all associated equipment for the Council's Roads operational areas. Call-off Contracts awarded under Lot 3 will be subject to the terms and conditions of the NEC3 Engineering and Construction Short Contract and the Method of Measurement is the Highway Works. All Call-off contracts will be awarded via either Direct Award or Mini-competition.
Maintenance of Council Bridges and StructuresThe lot includes various structural maintenance, repair, refurbishment and improvement schemes on publicly owned bridges, culverts and retaining walls within South Lanarkshire. The operations to be covered may be planned, routine or reactive, as derived from programmed inspections carried out on the asset, or otherwise be undertaken on an emergency basis. Call-off Contracts awarded under Lot 4 will be subject to the terms and conditions of the NEC3 Engineering and Construction Short Contract and NEC3 Engineering and Construction Contract, Option B and the Method of Measurement is the Highway Works. All Call-off contracts will be awarded via either Direct Award or Mini-competition.
Water Infrastructure ServicesThe lot will be accessed by Roads, Transportation and Fleet Services and Housing and Technical Resources. The services will include the road network and domestic and commercial properties. The lot includes conducting works/services on the South Lanarkshire surface water drainage systems, watercourses, and domestic dwellings. The works/services will include, but not be limited to: CCTV surveying, jetting, and cleaning by high pressure water, civil engineering works, investigative works, drainage etc. Call-off Contracts awarded under Lot 5 will be subject to the terms and conditions of the NEC3 Engineering and Construction Short Contract and the Method of Measurement is the Highway Works. All Call-off contracts will be awarded via either Direct Award or Mini-competition.
Outdoor Infrastructure WorksThe lot includes play areas, landscape development, recreation, growing (allotment) sites, burial grounds and associated infrastructure works. The Council has prepared a sample project based on typical works package undertaken within the lot. Contracts awarded under Lot 6 will be subject to the terms and conditions of the NEC3 Engineering and Construction Short Contract and the Standard Method of Measurement of Building Works Seven Edition revised 1998. All call-off contracts will be awarded via Mini-competition only for all Works under this Lot.
GroundworksThe lot includes but is not limited to excavations, concrete works, brickwork, drainage, hard/soft landscaping, piling etc. which supports the Council with programmed capital projects which include new build social housing and nursery school expansion schemes. Call-off contracts awarded under Lot 7 will be conducted in accordance with either the SBCC Minor Works Building Contract for use in Scotland, MW/Scot (2011 Edition) or the NEC3 Engineering and Construction Short Contract or the NEC3 Engineering and Construction Contract, Option B. Call-off contracts will be awarded via either Direct Award or Mini-competition.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-038620
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/031319-2023
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
45111230 - Ground-stabilisation work
45111240 - Ground-drainage work
45112723 - Landscaping work for playgrounds
45211360 - Urban development construction work
45212200 - Construction work for sports facilities
45221100 - Construction work for bridges
45231300 - Construction work for water and sewage pipelines
45232130 - Storm-water piping construction work
45233100 - Construction work for highways, roads
45233139 - Highway maintenance work
45233150 - Traffic-calming works
71631450 - Bridge-inspection services
Notice Value(s)
- Tender Value
- £23,500,000 £10M-£100M
- Lots Value
- £23,500,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £11,500,000 £10M-£100M
Notice Dates
- Publication Date
- 24 Oct 20232 years ago
- Submission Deadline
- 10 Mar 2023Expired
- Future Notice Date
- 9 Jan 2023Expired
- Award Date
- 5 Oct 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SOUTH LANARKSHIRE COUNCIL
- Contact Name
- Peter Cannon
- Contact Email
- peter.cannon@southlanarkshire.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- HAMILTON
- Postcode
- ML3 0AA
- Post Town
- Motherwell
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM9 Southern Scotland
- Small Region (ITL 3)
- TLM95 South Lanarkshire
- Delivery Location
- TLM95 South Lanarkshire
-
- Local Authority
- South Lanarkshire
- Electoral Ward
- Hamilton North and East
- Westminster Constituency
- Hamilton and Clyde Valley
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-038620-2023-10-24T11:37:18+01:00",
"date": "2023-10-24T11:37:18+01:00",
"ocid": "ocds-h6vhtk-038620",
"description": "Prior to any appointment being made (unless the information has already been submitted during the procurement process), the successful bidder(s) will provide the undernoted certificates and declarations to evidence their compliance with the questions within the Qualification Envelope relating to the SPD (Scotland). SPD Question 2D.1 Prompt Payment Certificate SPD Question 3C.1 Blacklisting in the Construction Industry Declaration SPD Question 3D.11 Non-Collusion Certificate SPD Question 4D.1 ISO9001 2015 Quality Management or equivalent SPD Question 4D.1 Health and Safety Questionnaire (Construction) SPD Question 4D.2 ISO14001 2015 Environmental Management or equivalent SPD Question 4B.5.1 Insurance Certificates Employer's Liability 10000000 GBP Public Liability Insurance 5000000 GBP SPD Questions 3A1 to 3A.8 Serious and Organised Crime - Information Sharing Protocol with Police Scotland Form SPD Question 4C.6 Goods Vehicle Operator's Licence (Appropriate to all Lots should the bidder require to operate HGV's as part of the activities associated with the lot) SPD Question 4C.6 Waste Carriers Licence (Required for Lots 1,2,4,5,6,7) SPD Question 4C.6 Certificate of Professional Competence (Driver CPC) including details and class of Driving License for all HGV Operators (Appropriate to all Lots should the bidder require to operate HGV's as part of the activities associated with the lot) SPD Question 3A.6 Modern Slavery Act 2015 Declaration (SC Ref:748315)",
"initiationType": "tender",
"tender": {
"id": "SLC/PS/COMENT/23/019",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Roads and Infrastructure Framework",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45233100",
"description": "Construction work for highways, roads"
},
"mainProcurementCategory": "works",
"description": "The Council's Procurement Service require to create a new generation Multi-Disciplined Roads and Infrastructure Framework for use by primarily Community and Enterprise Resources and Housing and Technical Resources. The framework will be accessible by any resource within the Council. The Framework Contract will be governed under the NEC3 Framework Contract April 2013 and will cover a range of works/services lots as follows: Lot 1 - Roads Network Improvements Lot 2 - Roads Routine Maintenance (Labour and Plant only) Lot 3 - Temporary Traffic Management Services Lot 4 - Maintenance of Council Bridges and Structures Lot 5 - Water Infrastructure Services Lot 6 - Outdoor Infrastructure Works including play Lot 7 - Groundworks The new framework will be procured via open procedure on the most economically advantageous tender (MEAT) criterion which enables the Council to take account of criteria that reflect qualitative, technical, and sustainable aspects of the tender submission as well as price when reaching a decision. All call-offs under the framework will be based on MEAT. No work will be guaranteed to any Contractor under the Framework Agreement. The Council has adopted a sequential opening process for any tender exercise conducted per the following stages: As part of Stage 1 the bidders will be required to complete a Single Procurement Document (SPD) as part of the Qualification envelope self-declaring that they meet the criteria requirements for the Lot(s) they have selected. As part of Stage 2 the bidders will then be required to complete a Technical response based on technical specific questions related to the lot they have selected. As part of Stage 3 the bidders will then be required to complete Commercial response based on activities associated to the Lot(s) they have selected. As part of the tender evaluation process the Council will then request evidence from each bidder prior to any bidder being appointed to the framework. It is anticipated the Council will state the number of contractors being appointed to each lot.",
"lots": [
{
"id": "1",
"title": "Roads Network Improvements",
"description": "The lot includes elements of; road drainage, kerbing, ducting, surfacing, and other works associated with the maintenance of the Council's Road Network. All call-off contracts awarded under Lot 1 will be subject to the terms and conditions of the NEC3 Engineering and Construction Short Contract and the Method of Measurement is the Highway Works. All call-off contracts will be awarded via either Direct Award or Mini-competition as detailed in the Framework Information available on PCS-Tender (Attachment 4).",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"value": {
"amount": 5000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "2",
"title": "Roads Routine Maintenance (Labour and Plant only)",
"description": "The lot includes the provision of labour and plant and will include elements of; road drainage, kerbing, ducting, surfacing, plant/labour associated with winter maintenance and other works associated with the maintenance of the road network. All call-off contracts awarded from the Framework under Lot 2 will be subject to the terms and conditions of the NEC3 Engineering and Construction Short Contract and the Method of Measurement is the Highway Works. All call-off contracts will be awarded via either Direct Award or Mini-competition.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"value": {
"amount": 1500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "3",
"title": "Temporary Traffic Management Services",
"description": "The lot includes for both planned and emergency requirements includes the provision, set up, maintenance and removal of all associated equipment for the Council's Roads operational areas. Call-off Contracts awarded under Lot 3 will be subject to the terms and conditions of the NEC3 Engineering and Construction Short Contract and the Method of Measurement is the Highway Works. All Call-off contracts will be awarded via either Direct Award or Mini-competition.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"value": {
"amount": 2000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "4",
"title": "Maintenance of Council Bridges and Structures",
"description": "The lot includes various structural maintenance, repair, refurbishment and improvement schemes on publicly owned bridges, culverts and retaining walls within South Lanarkshire. The operations to be covered may be planned, routine or reactive, as derived from programmed inspections carried out on the asset, or otherwise be undertaken on an emergency basis. Call-off Contracts awarded under Lot 4 will be subject to the terms and conditions of the NEC3 Engineering and Construction Short Contract and NEC3 Engineering and Construction Contract, Option B and the Method of Measurement is the Highway Works. All Call-off contracts will be awarded via either Direct Award or Mini-competition.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"value": {
"amount": 3000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "5",
"title": "Water Infrastructure Services",
"description": "The lot will be accessed by Roads, Transportation and Fleet Services and Housing and Technical Resources. The services will include the road network and domestic and commercial properties. The lot includes conducting works/services on the South Lanarkshire surface water drainage systems, watercourses, and domestic dwellings. The works/services will include, but not be limited to: CCTV surveying, jetting, and cleaning by high pressure water, civil engineering works, investigative works, drainage etc. Call-off Contracts awarded under Lot 5 will be subject to the terms and conditions of the NEC3 Engineering and Construction Short Contract and the Method of Measurement is the Highway Works. All Call-off contracts will be awarded via either Direct Award or Mini-competition.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"value": {
"amount": 2000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "6",
"title": "Outdoor Infrastructure Works",
"description": "The lot includes play areas, landscape development, recreation, growing (allotment) sites, burial grounds and associated infrastructure works. The Council has prepared a sample project based on typical works package undertaken within the lot. Contracts awarded under Lot 6 will be subject to the terms and conditions of the NEC3 Engineering and Construction Short Contract and the Standard Method of Measurement of Building Works Seven Edition revised 1998. All call-off contracts will be awarded via Mini-competition only for all Works under this Lot.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "20"
},
{
"type": "price",
"description": "80"
}
]
},
"value": {
"amount": 5000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "7",
"title": "Groundworks",
"description": "The lot includes but is not limited to excavations, concrete works, brickwork, drainage, hard/soft landscaping, piling etc. which supports the Council with programmed capital projects which include new build social housing and nursery school expansion schemes. Call-off contracts awarded under Lot 7 will be conducted in accordance with either the SBCC Minor Works Building Contract for use in Scotland, MW/Scot (2011 Edition) or the NEC3 Engineering and Construction Short Contract or the NEC3 Engineering and Construction Contract, Option B. Call-off contracts will be awarded via either Direct Award or Mini-competition.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "20"
},
{
"type": "price",
"description": "80"
}
]
},
"value": {
"amount": 5000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45233100",
"description": "Construction work for highways, roads"
},
{
"scheme": "CPV",
"id": "45233139",
"description": "Highway maintenance work"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45233139",
"description": "Highway maintenance work"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45233150",
"description": "Traffic-calming works"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45221100",
"description": "Construction work for bridges"
},
{
"scheme": "CPV",
"id": "71631450",
"description": "Bridge-inspection services"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45231300",
"description": "Construction work for water and sewage pipelines"
},
{
"scheme": "CPV",
"id": "45232130",
"description": "Storm-water piping construction work"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45211360",
"description": "Urban development construction work"
},
{
"scheme": "CPV",
"id": "45212200",
"description": "Construction work for sports facilities"
},
{
"scheme": "CPV",
"id": "45112723",
"description": "Landscaping work for playgrounds"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"relatedLot": "6"
},
{
"id": "7",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45111230",
"description": "Ground-stabilisation work"
},
{
"scheme": "CPV",
"id": "45111240",
"description": "Ground-drainage work"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"relatedLot": "7"
}
],
"communication": {
"futureNoticeDate": "2023-01-09T00:00:00Z",
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/087191040185E97D8646"
},
"coveredBy": [
"GPA"
],
"value": {
"amount": 23500000,
"currency": "GBP"
},
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/087191040185E97D8646",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "SPD Question 4A.1 Trade Registers It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to the Councils satisfaction that they are trading from the address provided in the tender and under the company name given. If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "SPD Question 4B.4 Economic and Financial Standing The Council will use the following ratios to evaluate a bidders financial status: Profitability - this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio; Liquidity - this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio. Gearing - this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio. Minimum level(s) of standards required: Bidders must provide the name and value of each of the 3 ratios within their response to SPD question 4B.4. The Council requires bidders to pass 2 out of the 3 financial ratios above. Where 2 out of the 3 ratios cannot be met, the Council may take the undernoted into consideration when assessing financial viability and the risk to the Council, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria when requested to do so. The following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors: Would the bidder have passed the checks if prior year accounts had been used? Were any of the poor appraisal outcomes \"marginal\"? Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance? Does the bidder have sufficient reserves to sustain losses for a number of years? Does the bidder have a healthy cashflow? Is the bidder profitable enough to finance the interest on its debt? Is most of the bidder's debt owed to group companies? Is the bidder's debt due to be repaid over a number of years, and affordable? Have the bidder's results been adversely affected by \"one off costs\" and / or \"one off accounting treatments\"? Do the bidder's auditors (where applicable) consider it to be a \"going concern\"? Do Keynote (where applicable) consider the bidder to be a \"going concern\"? Will the bidder provide a Parent Company Guarantee? Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace? The Council will request submission of and assess the bidders financial accounts, and may use Keynote or similar financial verification systems to validate the information provided. SPD Question 4B.5 Insurance The bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of Insurance Cover: Employer's Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10000000 GBP in respect of each claim, without limit to the number of claims. Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5000000 GBP in respect of each claim, without limit to the number of claims.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "SPD Question 4C.1 Technical and Professional Ability It is a requirement of this tender that the Bidder can demonstrate in their response to SPD question 4C.1, that they have held contracts of a similar nature, size, and value to the requirements of this project within the last five years for each LOT your organisation is tendering for. A minimum of three relevant examples should be provided for every LOT your organisation is tendering for as detailed in SPD question 2A.18. Reference should also be made to any experience your organisation has in relation to the form of contract relevant to each lot your organisation is tendering for. Experience in other forms of contract which incorporate similar principals of contract management as the NEC can be used. SPD Question 4C.6 Technical and Professional Ability (Qualifications) It is a mandatory requirement of this tender that the bidder(s) recommended for appointment can provide the following: Goods Vehicle Operators Licence - Appropriate to all Lots should the bidder require to operate HGV's as part of the activities associated with the lot. Waste Carriers Licence - Appropriate to Lots 1,2,4,5,6 and 7. Certificate of Professional Competence (Driver CPC) including details and class of Driving License for all HGV Operators - Appropriate to all Lots should the bidder require to operate HGV's as part of the activities associated with the lot. SPD Question 4C.10 Technical and Professional Ability (Sub-Contracting) Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. SPD Question 4D.1 Quality Assurance Schemes It is a mandatory requirement of this tender that bidders hold the following quality standard(s)/accreditation(s): ISO 90001:2015 Quality Management System or equivalent. Health and Safety A Health & Safety Questionnaire must be completed and submitted when requested to do so by the Council, prior to any appointment being made. The Health and Safety Questionnaire is included in the attachment area of PCS-T for information only at this stage and doesn't require to be submitted within the Qualification Envelope. SPD Question 4D.1 Environmental Management Standards It is a mandatory requirement of this tender that bidders hold the following environmental standard(s)/accreditation(s): ISO 140001:2015 Environmental Management System or equivalent.",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true
},
"tenderPeriod": {
"endDate": "2023-03-10T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2023-09-06T23:59:59+01:00"
}
},
"awardPeriod": {
"startDate": "2023-03-10T12:00:00Z"
},
"bidOpening": {
"date": "2023-03-10T12:00:00Z",
"address": {
"streetAddress": "Council Headquarters, Hamilton"
},
"description": "Procurement Lead"
},
"hasRecurrence": false,
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-1037",
"name": "South Lanarkshire Council",
"identifier": {
"legalName": "South Lanarkshire Council"
},
"address": {
"streetAddress": "Council Headquarters, Almada Street",
"locality": "Hamilton",
"region": "UKM95",
"postalCode": "ML3 0AA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Peter Cannon",
"email": "peter.cannon@southlanarkshire.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/087191040185E97D8646"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.southlanarkshire.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-32532",
"name": "Hamilton Sheriff Court",
"identifier": {
"legalName": "Hamilton Sheriff Court"
},
"address": {
"streetAddress": "4 Beckford Street",
"locality": "Hamilton",
"postalCode": "ML3 0BT",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-96070",
"name": "Maclay Civil Engineering Ltd",
"identifier": {
"legalName": "Maclay Civil Engineering Ltd"
},
"address": {
"streetAddress": "Stirling Road, Airdrie",
"locality": "Lanarkshire",
"region": "UKM95",
"postalCode": "ML6 7JA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-96071",
"name": "RoadLay Ltd",
"identifier": {
"legalName": "RoadLay Ltd"
},
"address": {
"streetAddress": "C/o Curle and Co Chartered Accountants , 22 Backbrae Road",
"locality": "Kilsyth",
"region": "UKM84",
"postalCode": "G67 4QH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-86614",
"name": "Apex Traffic Management Ltd",
"identifier": {
"legalName": "Apex Traffic Management Ltd"
},
"address": {
"streetAddress": "23 Fairfield Place",
"locality": "East Kilbride",
"region": "UK",
"postalCode": "G74 5LP",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-96072",
"name": "Covanburn Contracts Limited",
"identifier": {
"legalName": "Covanburn Contracts Limited"
},
"address": {
"streetAddress": "1 Colvilles Place",
"locality": "East Kilbride",
"region": "UKM95",
"postalCode": "G750PZ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-96073",
"name": "Lanes Group plc",
"identifier": {
"legalName": "Lanes Group plc"
},
"address": {
"streetAddress": "Harehill Industrial Estate, Murcar,, Bridge of Don",
"locality": "Aberdeen",
"region": "UKM95",
"postalCode": "AB23 8BD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-86516",
"name": "M Squared (Scotland) Ltd",
"identifier": {
"legalName": "M Squared (Scotland) Ltd"
},
"address": {
"streetAddress": "8A Carron Place, Kelvin Industrial Estate",
"locality": "East Kilbride",
"region": "UK",
"postalCode": "G75 0YL",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-96074",
"name": "Stepford Contracts Ltd",
"identifier": {
"legalName": "Stepford Contracts Ltd"
},
"address": {
"streetAddress": "2300 London Road",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G32 8YU",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-46457",
"name": "Newlay Civil Engineering Ltd",
"identifier": {
"legalName": "Newlay Civil Engineering Ltd"
},
"address": {
"streetAddress": "55 Glencraig Industrial Estate",
"locality": "Airdrie",
"region": "UKM84",
"postalCode": "ML6 9AS",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-45814",
"name": "John McGeady Ltd",
"identifier": {
"legalName": "John McGeady Ltd"
},
"address": {
"streetAddress": "17 South Annandale Street",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G42 7LB",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-96075",
"name": "Macadam Asphalt",
"identifier": {
"legalName": "Macadam Asphalt"
},
"address": {
"streetAddress": "Cloburn Quarry, Pettinan",
"locality": "Lanark",
"region": "UKM95",
"postalCode": "ML11 8SR",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-30905",
"name": "J H Civil Engineering Ltd",
"identifier": {
"legalName": "J H Civil Engineering Ltd"
},
"address": {
"streetAddress": "Broadlees Industrial Estate, Carlisle Road, Chapelhall,",
"locality": "Airdrie",
"region": "UK",
"postalCode": "ML6 8RH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-96076",
"name": "Mackenzie Construction",
"identifier": {
"legalName": "Mackenzie Construction"
},
"address": {
"streetAddress": "Pavillion 5 , Fairways",
"locality": "Inverness",
"region": "UKM6",
"postalCode": "IV2 6AA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-96077",
"name": "Roadlay ltd",
"identifier": {
"legalName": "Roadlay ltd"
},
"address": {
"streetAddress": "32 Cadzow Drive, Cambuslang",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G72 8NF",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-78003",
"name": "Tarmac Trading Limited",
"identifier": {
"legalName": "Tarmac Trading Limited"
},
"address": {
"streetAddress": "Ground Floor T3 Trinity Park, Bickenhill Lane",
"locality": "Birmingham",
"region": "UKM95",
"postalCode": "B37 7ES",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-96078",
"name": "Robertson Construction",
"identifier": {
"legalName": "Robertson Construction"
},
"address": {
"streetAddress": "Whitemyres Avenue",
"locality": "Aberdeen",
"region": "UKM50",
"postalCode": "AB166NB",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-96079",
"name": "Joseph Leckie & Sons ( contracts) Ltd",
"identifier": {
"legalName": "Joseph Leckie & Sons ( contracts) Ltd"
},
"address": {
"streetAddress": "Leckie Drive, Allanshaw Industrial Estate",
"locality": "Hamilton",
"region": "UKM",
"postalCode": "ML3 9FN",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-30868",
"name": "Central Traffic Management Ltd",
"identifier": {
"legalName": "Central Traffic Management Ltd"
},
"address": {
"streetAddress": "101 Bandeath Industrial Estate, Throsk",
"locality": "Stirling",
"region": "UKM77",
"postalCode": "FK7 7NP",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-96080",
"name": "Glenmavis Traffic Management",
"identifier": {
"legalName": "Glenmavis Traffic Management"
},
"address": {
"streetAddress": "Corsehill Farm",
"locality": "Dreghorn",
"region": "UKM93",
"postalCode": "KA11 4EF",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-96081",
"name": "WI & A Gilbert Ltd",
"identifier": {
"legalName": "WI & A Gilbert Ltd"
},
"address": {
"streetAddress": "Easter Kersland",
"locality": "Dalry",
"region": "UKM",
"postalCode": "KA24 4JA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-79095",
"name": "HBS Traffic Management",
"identifier": {
"legalName": "HBS Traffic Management"
},
"address": {
"streetAddress": "34 Burnbrae Road",
"locality": "Shotts",
"region": "UKM",
"postalCode": "ML7 5DW",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-96082",
"name": "Signsafe Traffic Ltd",
"identifier": {
"legalName": "Signsafe Traffic Ltd"
},
"address": {
"streetAddress": "Unit 27, Flemington Business Park",
"locality": "Motherwell",
"region": "UKM8",
"postalCode": "ML1 2NT",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-96083",
"name": "Contraflow Ltd",
"identifier": {
"legalName": "Contraflow Ltd"
},
"address": {
"streetAddress": "1 Wardpark Rd, Wardpark South Ind Est",
"locality": "Cumbernauld",
"region": "UKM",
"postalCode": "G67 3JZ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-96084",
"name": "Amalgamated Construction Ltd",
"identifier": {
"legalName": "Amalgamated Construction Ltd"
},
"address": {
"streetAddress": "1 Carradale Cresent,, Broadwood Business Park",
"locality": "Cumbernauld",
"region": "UKM95",
"postalCode": "G68 9LE",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-96085",
"name": "Geo-Structural Ltd",
"identifier": {
"legalName": "Geo-Structural Ltd"
},
"address": {
"streetAddress": "drumbreck farm",
"locality": "caldercruix",
"region": "UK",
"postalCode": "ml67rp",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-88723",
"name": "Hamilton Industrial Services Limited",
"identifier": {
"legalName": "Hamilton Industrial Services Limited"
},
"address": {
"streetAddress": "1 Tennant Avenue, College Milton South",
"locality": "East Kilbride",
"region": "UKM",
"postalCode": "G74 5NA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-96086",
"name": "Underground Inspection Services Ltd",
"identifier": {
"legalName": "Underground Inspection Services Ltd"
},
"address": {
"streetAddress": "Block 15, West Avenue, Blantyre Industrial Estate, Blantyre",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G72 0UZ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-96087",
"name": "Draintec Solutions Ltd",
"identifier": {
"legalName": "Draintec Solutions Ltd"
},
"address": {
"streetAddress": "100, Boden Street,, Boden Street",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G403PX",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-96088",
"name": "Enviro-Clean Ltd",
"identifier": {
"legalName": "Enviro-Clean Ltd"
},
"address": {
"streetAddress": "8 Hawbank Road",
"locality": "East Kilbride",
"region": "UK",
"postalCode": "G74 5HA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-16519",
"name": "Landcare Solutions (Scotland) Ltd",
"identifier": {
"legalName": "Landcare Solutions (Scotland) Ltd"
},
"address": {
"streetAddress": "Allandale, Southbar Road",
"locality": "Inchinnan",
"region": "UKM83",
"postalCode": "PA4 9NG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-8310",
"name": "RJ McLeod (Contractors) Ltd",
"identifier": {
"legalName": "RJ McLeod (Contractors) Ltd"
},
"address": {
"streetAddress": "2411 London Road",
"locality": "Glasgow",
"region": "UKM95",
"postalCode": "G32 8XT",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-96089",
"name": "MCG CONTRACTS & PROJECTS LTD",
"identifier": {
"legalName": "MCG CONTRACTS & PROJECTS LTD"
},
"address": {
"streetAddress": "Queens Court, Sandgate",
"locality": "Ayr",
"region": "UKM8",
"postalCode": "Ka7 1LE",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-96090",
"name": "P1 Solutions Ltd",
"identifier": {
"legalName": "P1 Solutions Ltd"
},
"address": {
"streetAddress": "10 Champany",
"locality": "By Linlithgow",
"region": "UKM",
"postalCode": "EH49 7LU",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-96091",
"name": "Landscapes and Contracts Ltd",
"identifier": {
"legalName": "Landscapes and Contracts Ltd"
},
"address": {
"streetAddress": "L&C House, 55 Carnegie Road, Hillington Park",
"locality": "Glasgow",
"region": "UKM95",
"postalCode": "G52 4JZ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-60223",
"name": "Advance Construction (Scotland) Ltd",
"identifier": {
"legalName": "Advance Construction (Scotland) Ltd"
},
"address": {
"streetAddress": "Caldergrove House, Linnet Way,, Strathclyde Business Park",
"locality": "Bellshill",
"region": "UKM",
"postalCode": "ML4 3RA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-96092",
"name": "Mackenzie Construction Limited",
"identifier": {
"legalName": "Mackenzie Construction Limited"
},
"address": {
"streetAddress": "Burnfield Avenue, Thornliebank",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G46 7TL",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-96093",
"name": "MacAdam Asphalt Co Ltd",
"identifier": {
"legalName": "MacAdam Asphalt Co Ltd"
},
"address": {
"streetAddress": "Cloburn Quarry, Pettinain",
"locality": "Lanark",
"region": "UK",
"postalCode": "ML118SR",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-1037",
"name": "South Lanarkshire Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000720329"
}
],
"language": "en",
"awards": [
{
"id": "031319-2023-1",
"relatedLots": [
"1"
],
"title": "Roads Network Improvements",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-96070",
"name": "Maclay Civil Engineering Ltd"
},
{
"id": "GB-FTS-46457",
"name": "Newlay Civil Engineering Ltd"
},
{
"id": "GB-FTS-45814",
"name": "John McGeady Ltd"
},
{
"id": "GB-FTS-96075",
"name": "Macadam Asphalt"
},
{
"id": "GB-FTS-96074",
"name": "Stepford Contracts Ltd"
},
{
"id": "GB-FTS-30905",
"name": "J H Civil Engineering Ltd"
},
{
"id": "GB-FTS-96076",
"name": "Mackenzie Construction"
},
{
"id": "GB-FTS-96077",
"name": "Roadlay ltd"
},
{
"id": "GB-FTS-78003",
"name": "Tarmac Trading Limited"
},
{
"id": "GB-FTS-96078",
"name": "Robertson Construction"
}
]
},
{
"id": "031319-2023-2",
"relatedLots": [
"2"
],
"title": "Roads Routine Maintenance (Labour and Plant only)",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-96071",
"name": "RoadLay Ltd"
},
{
"id": "GB-FTS-96074",
"name": "Stepford Contracts Ltd"
},
{
"id": "GB-FTS-96070",
"name": "Maclay Civil Engineering Ltd"
},
{
"id": "GB-FTS-96079",
"name": "Joseph Leckie & Sons ( contracts) Ltd"
},
{
"id": "GB-FTS-30905",
"name": "J H Civil Engineering Ltd"
},
{
"id": "GB-FTS-45814",
"name": "John McGeady Ltd"
},
{
"id": "GB-FTS-96072",
"name": "Covanburn Contracts Limited"
},
{
"id": "GB-FTS-96075",
"name": "Macadam Asphalt"
}
]
},
{
"id": "031319-2023-3",
"relatedLots": [
"3"
],
"title": "Temporary Traffic Management Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-86614",
"name": "Apex Traffic Management Ltd"
},
{
"id": "GB-FTS-30868",
"name": "Central Traffic Management Ltd"
},
{
"id": "GB-FTS-96080",
"name": "Glenmavis Traffic Management"
},
{
"id": "GB-FTS-96081",
"name": "WI & A Gilbert Ltd"
},
{
"id": "GB-FTS-79095",
"name": "HBS Traffic Management"
},
{
"id": "GB-FTS-96082",
"name": "Signsafe Traffic Ltd"
},
{
"id": "GB-FTS-96083",
"name": "Contraflow Ltd"
}
]
},
{
"id": "031319-2023-4",
"relatedLots": [
"4"
],
"title": "Maintenance of Council Bridges and Structures",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-96072",
"name": "Covanburn Contracts Limited"
},
{
"id": "GB-FTS-96081",
"name": "WI & A Gilbert Ltd"
},
{
"id": "GB-FTS-96084",
"name": "Amalgamated Construction Ltd"
},
{
"id": "GB-FTS-96085",
"name": "Geo-Structural Ltd"
}
]
},
{
"id": "031319-2023-5",
"relatedLots": [
"5"
],
"title": "Water Infrastructure Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-96073",
"name": "Lanes Group plc"
},
{
"id": "GB-FTS-88723",
"name": "Hamilton Industrial Services Limited"
},
{
"id": "GB-FTS-96072",
"name": "Covanburn Contracts Limited"
},
{
"id": "GB-FTS-96086",
"name": "Underground Inspection Services Ltd"
},
{
"id": "GB-FTS-96087",
"name": "Draintec Solutions Ltd"
},
{
"id": "GB-FTS-96088",
"name": "Enviro-Clean Ltd"
}
]
},
{
"id": "031319-2023-6",
"relatedLots": [
"6"
],
"title": "Outdoor Infrastructure Works",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-86516",
"name": "M Squared (Scotland) Ltd"
},
{
"id": "GB-FTS-96072",
"name": "Covanburn Contracts Limited"
},
{
"id": "GB-FTS-96070",
"name": "Maclay Civil Engineering Ltd"
},
{
"id": "GB-FTS-16519",
"name": "Landcare Solutions (Scotland) Ltd"
},
{
"id": "GB-FTS-8310",
"name": "RJ McLeod (Contractors) Ltd"
},
{
"id": "GB-FTS-96079",
"name": "Joseph Leckie & Sons ( contracts) Ltd"
},
{
"id": "GB-FTS-96089",
"name": "MCG CONTRACTS & PROJECTS LTD"
},
{
"id": "GB-FTS-96076",
"name": "Mackenzie Construction"
},
{
"id": "GB-FTS-45814",
"name": "John McGeady Ltd"
},
{
"id": "GB-FTS-96090",
"name": "P1 Solutions Ltd"
}
]
},
{
"id": "031319-2023-7",
"relatedLots": [
"7"
],
"title": "Groundworks",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-96074",
"name": "Stepford Contracts Ltd"
},
{
"id": "GB-FTS-96091",
"name": "Landscapes and Contracts Ltd"
},
{
"id": "GB-FTS-96079",
"name": "Joseph Leckie & Sons ( contracts) Ltd"
},
{
"id": "GB-FTS-96072",
"name": "Covanburn Contracts Limited"
},
{
"id": "GB-FTS-60223",
"name": "Advance Construction (Scotland) Ltd"
},
{
"id": "GB-FTS-45814",
"name": "John McGeady Ltd"
},
{
"id": "GB-FTS-96070",
"name": "Maclay Civil Engineering Ltd"
},
{
"id": "GB-FTS-96092",
"name": "Mackenzie Construction Limited"
},
{
"id": "GB-FTS-8310",
"name": "RJ McLeod (Contractors) Ltd"
},
{
"id": "GB-FTS-96093",
"name": "MacAdam Asphalt Co Ltd"
}
]
}
],
"contracts": [
{
"id": "031319-2023-1",
"awardID": "031319-2023-1",
"title": "Roads Network Improvements",
"status": "active",
"value": {
"amount": 5000000,
"currency": "GBP"
},
"dateSigned": "2023-10-06T00:00:00+01:00"
},
{
"id": "031319-2023-2",
"awardID": "031319-2023-2",
"title": "Roads Routine Maintenance (Labour and Plant only)",
"status": "active",
"value": {
"amount": 1500000,
"currency": "GBP"
},
"dateSigned": "2023-10-06T00:00:00+01:00"
},
{
"id": "031319-2023-3",
"awardID": "031319-2023-3",
"title": "Temporary Traffic Management Services",
"status": "active",
"value": {
"amount": 2000000,
"currency": "GBP"
},
"dateSigned": "2023-10-06T00:00:00+01:00"
},
{
"id": "031319-2023-4",
"awardID": "031319-2023-4",
"title": "Maintenance of Council Bridges and Structures",
"status": "active",
"value": {
"amount": 3000000,
"currency": "GBP"
},
"dateSigned": "2023-10-06T00:00:00+01:00"
},
{
"id": "031319-2023-5",
"awardID": "031319-2023-5",
"title": "Water Infrastructure Services",
"status": "active",
"value": {
"amount": 2000000,
"currency": "GBP"
},
"dateSigned": "2023-10-06T00:00:00+01:00"
},
{
"id": "031319-2023-6",
"awardID": "031319-2023-6",
"title": "Outdoor Infrastructure Works",
"status": "active",
"value": {
"amount": 5000000,
"currency": "GBP"
},
"dateSigned": "2023-10-06T00:00:00+01:00"
},
{
"id": "031319-2023-7",
"awardID": "031319-2023-7",
"title": "Groundworks",
"status": "active",
"value": {
"amount": 5000000,
"currency": "GBP"
},
"dateSigned": "2023-10-06T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 15
},
{
"id": "6",
"measure": "bids",
"relatedLot": "2",
"value": 9
},
{
"id": "11",
"measure": "bids",
"relatedLot": "3",
"value": 10
},
{
"id": "16",
"measure": "bids",
"relatedLot": "4",
"value": 9
},
{
"id": "21",
"measure": "bids",
"relatedLot": "5",
"value": 8
},
{
"id": "26",
"measure": "bids",
"relatedLot": "6",
"value": 13
},
{
"id": "31",
"measure": "bids",
"relatedLot": "7",
"value": 17
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 10
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "2",
"value": 8
},
{
"id": "12",
"measure": "smeBids",
"relatedLot": "3",
"value": 9
},
{
"id": "17",
"measure": "smeBids",
"relatedLot": "4",
"value": 5
},
{
"id": "22",
"measure": "smeBids",
"relatedLot": "5",
"value": 7
},
{
"id": "27",
"measure": "smeBids",
"relatedLot": "6",
"value": 12
},
{
"id": "32",
"measure": "smeBids",
"relatedLot": "7",
"value": 14
},
{
"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": "18",
"measure": "foreignBidsFromEU",
"relatedLot": "4",
"value": 0
},
{
"id": "23",
"measure": "foreignBidsFromEU",
"relatedLot": "5",
"value": 0
},
{
"id": "28",
"measure": "foreignBidsFromEU",
"relatedLot": "6",
"value": 0
},
{
"id": "33",
"measure": "foreignBidsFromEU",
"relatedLot": "7",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 15
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 8
},
{
"id": "14",
"measure": "foreignBidsFromNonEU",
"relatedLot": "3",
"value": 10
},
{
"id": "19",
"measure": "foreignBidsFromNonEU",
"relatedLot": "4",
"value": 9
},
{
"id": "24",
"measure": "foreignBidsFromNonEU",
"relatedLot": "5",
"value": 8
},
{
"id": "29",
"measure": "foreignBidsFromNonEU",
"relatedLot": "6",
"value": 13
},
{
"id": "34",
"measure": "foreignBidsFromNonEU",
"relatedLot": "7",
"value": 17
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 15
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "2",
"value": 8
},
{
"id": "15",
"measure": "electronicBids",
"relatedLot": "3",
"value": 10
},
{
"id": "20",
"measure": "electronicBids",
"relatedLot": "4",
"value": 9
},
{
"id": "25",
"measure": "electronicBids",
"relatedLot": "5",
"value": 8
},
{
"id": "30",
"measure": "electronicBids",
"relatedLot": "6",
"value": 13
},
{
"id": "35",
"measure": "electronicBids",
"relatedLot": "7",
"value": 17
}
]
}
}