Award

Estates: Main Contractor for Refurbishment of Andrew Melville Hall

UNIVERSITY OF ST ANDREWS

This public procurement record has 2 releases in its history.

Award

08 Aug 2017 at 00:00

Tender

16 Dec 2016 at 00:00

Summary of the contracting process

The University of St Andrews is conducting a tender for the refurbishment of Andrew Melville Hall, identified as "Estates: Main Contractor for Refurbishment of Andrew Melville Hall." This project falls under the education sector and is located in St Andrews, Scotland. The procurement process, initiated as a selective tender, has a defined timeline where the deadline for returning tender documents was on 12 April 2017, and the anticipated contract award date was on 3 July 2017. The estimated value of the contract is between £7.0 million to £7.25 million GBP. The project aims to enhance facilities to meet current housing standards, sensitive to the historic nature of the building.

This refurbishment presents a significant opportunity for firms specialising in construction and refurbishment, particularly those experienced in working with listed buildings and educational facilities. Contractors should have strong capabilities in health and safety management, adherence to quality standards, and the ability to cooperate effectively with project teams on live campuses. Businesses that can demonstrate relevant past experience, particularly in education-related projects, and possess the necessary certifications, such as UKAS accreditation, will be well-positioned to compete effectively for this contract.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Estates: Main Contractor for Refurbishment of Andrew Melville Hall

Notice Description

Refurbishment Works at University of St Andrews Andrew Melville Hall.

Lot Information

Lot 1

Main Contractor for Refurbishment Works at University of St Andrews, Andrew Melville Hall Student Residences. Overview of the Contract Requirement: The University is seeking to refurbish their student residences at Andrew Melville Hall in order to meet current HMO standards. The Andrew Melville Halls extend to 276 bedrooms situated towards the west of the town at the North Haugh complex. The Halls are formed from a precast concrete structure and clad building designed by James Stirling and constructed between 1963 and 1968. The building is Grade A listed and the project will be sensitive to the requirements of Historic Environment Scotland and Fife Council. The redevelopment of the student residences is planned to include the following: - Replacement of roof coverings with new single ply membrane & insulation. - Replacement of rooflights over the dining room. - Repairs to external concrete wall panels where reinforcement is exposed - Alterations and refurbishment of external, entrance and fire escape doors. - Provision of stairwell fire lobbies to meet current standards. - Refurbishment of bedrooms to improve insulation and provide more ergonomic furniture layout with integrated power and lighting. - New doors and furniture to bedrooms and new floor finishes & decoration. - Renewal of bathroom, shower and toilet facilities to all flats inc ventilation. - Provision of new stairwell and lift to link kitchen with dining hall servery. - Relocation of main servery to current finishing kitchen to increase seating space. New floor finishes & decoration. - Redesign of kitchen inc new equipment to provide centralised catering service for several campuses. New dry and cold storage and office space. - Reconfiguration of reception and office areas. New floor finishes & decoration. - Renewal of mechanical and electrical services inc IT installations to building. - Provision of a new loading bay area to serve the kitchens. The project is currently proceeding through the Stage 4 design phase towards issue of tender documentation in February 2017. The LBC application was lodged in December 2016. The successful Contractor will be required to take cognizance of the day to day operations of the University campus, and be sensitive to the needs of staff and students using it. It is envisaged that the successful Contractor will use the service access road and service yard area for a site compound. A project team has been appointed to manage the refurbishment of the student residences, which this Contract forms a part. The successful tenderer will be required to work in partnership with the Project Team and the University to deliver the project. The proposed layout for the new facilities is included in the supplementary information. Proposed Programme: The following indicative schedule of dates may be subject to change as project requirements dictate: Issue Contract Notice - 16th December 2016 Return of ESPD Documentation - 23rd January 2017 Proposed issue of tender documents - 3rd March 2017 Proposed return of tender documents - 12th April 2017 Proposed date for appointment - 3rd July 2017 Proposed site commencement date -31st September 2017 Proposed date for completion - 31st July 2018 Proposed Contract: The works will be procured via the SBCC Standard Form of Building Contract -2011 with quantities for use in Scotland. Value: The estimated value of the Contract is between 7.0m - 7.25m GBP.. All tenders for the University of St Andrews are administered through our e-Tendering System (In-Tend). To Express and Interest please go to our tender web-site at: https://in-tendhost.co.uk/universityofstandrews Please note that 'Notes of Interest' placed via PCS (Public Contracts Scotland) are not automatically accepted.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000473459
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG291998
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45214400 - Construction work for university buildings

45453100 - Refurbishment work

Notice Value(s)

Tender Value
£7,000,000 £1M-£10M
Lots Value
£7,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
8 Aug 20178 years ago
Submission Deadline
20 Jan 2017Expired
Future Notice Date
Not specified
Award Date
14 Jul 20178 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
UNIVERSITY OF ST ANDREWS
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
ST ANDREWS
Postcode
KY16 9LB
Post Town
Kirkcaldy
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM0 Eastern Scotland
Small Region (ITL 3)
TLM01 Clackmannanshire and Fife
Delivery Location
TLM72 Clackmannanshire and Fife

Local Authority
Fife
Electoral Ward
St Andrews
Westminster Constituency
North East Fife

Further Information

Notice Documents

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-r6ebe6-0000473459-2017-08-08T00:00:00Z",
    "date": "2017-08-08T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000473459",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-36",
            "name": "University of St Andrews",
            "identifier": {
                "legalName": "University of St Andrews"
            },
            "address": {
                "streetAddress": "The Old Burgh School, Abbey Walk",
                "locality": "St Andrews",
                "region": "UKM22",
                "postalCode": "KY16 9LB"
            },
            "contactPoint": {
                "name": "Adrian Wood",
                "email": "procurement@st-andrews.ac.uk",
                "telephone": "+44 1334462523",
                "url": "https://in-tendhost.co.uk/universityofstandrews"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.st-andrews.ac.uk/staff/money/procurement/"
            }
        },
        {
            "id": "org-63",
            "name": "University of St Andrews",
            "identifier": {
                "legalName": "University of St Andrews"
            },
            "address": {
                "streetAddress": "The Old Burgh School, Abbey Walk",
                "locality": "St Andrews",
                "region": "UKM72",
                "postalCode": "KY16 9LB"
            },
            "contactPoint": {
                "name": "Adrian Wood",
                "email": "procurement@st-andrews.ac.uk",
                "telephone": "+44 1334462523",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.st-andrews.ac.uk/procurement/"
            }
        }
    ],
    "buyer": {
        "name": "University of St Andrews",
        "id": "org-63"
    },
    "tender": {
        "id": "EST/161216/MD/SL",
        "title": "Estates: Main Contractor for Refurbishment of Andrew Melville Hall",
        "description": "Refurbishment Works at University of St Andrews Andrew Melville Hall.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45453100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "UK-St Andrews"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM22"
                    },
                    {
                        "region": "UKM72"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 7000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://in-tendhost.co.uk/universityofstandrews",
        "tenderPeriod": {
            "endDate": "2017-01-20T12:00:00Z"
        },
        "documents": [
            {
                "id": "DEC267372",
                "documentType": "contractNotice",
                "title": "Estates: Main Contractor for Refurbishment of Andrew Melville Hall",
                "description": "Refurbishment Works at University of St Andrews Andrew Melville Hall.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC267372",
                "format": "text/html"
            },
            {
                "id": "DEC267372-1",
                "title": "Electronic Portal Guidance / Instruction",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC267372&idx=1",
                "datePublished": "2016-12-19T09:00:17Z",
                "dateModified": "2016-12-19T09:00:17Z",
                "format": "application/pdf"
            },
            {
                "id": "AUG291998",
                "documentType": "awardNotice",
                "title": "Estates: Main Contractor for Refurbishment of Andrew Melville Hall",
                "description": "Refurbishment Works at University of St Andrews Andrew Melville Hall.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG291998",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Main Contractor for Refurbishment Works at University of St Andrews, Andrew Melville Hall Student Residences. Overview of the Contract Requirement: The University is seeking to refurbish their student residences at Andrew Melville Hall in order to meet current HMO standards. The Andrew Melville Halls extend to 276 bedrooms situated towards the west of the town at the North Haugh complex. The Halls are formed from a precast concrete structure and clad building designed by James Stirling and constructed between 1963 and 1968. The building is Grade A listed and the project will be sensitive to the requirements of Historic Environment Scotland and Fife Council. The redevelopment of the student residences is planned to include the following: - Replacement of roof coverings with new single ply membrane & insulation. - Replacement of rooflights over the dining room. - Repairs to external concrete wall panels where reinforcement is exposed - Alterations and refurbishment of external, entrance and fire escape doors. - Provision of stairwell fire lobbies to meet current standards. - Refurbishment of bedrooms to improve insulation and provide more ergonomic furniture layout with integrated power and lighting. - New doors and furniture to bedrooms and new floor finishes & decoration. - Renewal of bathroom, shower and toilet facilities to all flats inc ventilation. - Provision of new stairwell and lift to link kitchen with dining hall servery. - Relocation of main servery to current finishing kitchen to increase seating space. New floor finishes & decoration. - Redesign of kitchen inc new equipment to provide centralised catering service for several campuses. New dry and cold storage and office space. - Reconfiguration of reception and office areas. New floor finishes & decoration. - Renewal of mechanical and electrical services inc IT installations to building. - Provision of a new loading bay area to serve the kitchens. The project is currently proceeding through the Stage 4 design phase towards issue of tender documentation in February 2017. The LBC application was lodged in December 2016. The successful Contractor will be required to take cognizance of the day to day operations of the University campus, and be sensitive to the needs of staff and students using it. It is envisaged that the successful Contractor will use the service access road and service yard area for a site compound. A project team has been appointed to manage the refurbishment of the student residences, which this Contract forms a part. The successful tenderer will be required to work in partnership with the Project Team and the University to deliver the project. The proposed layout for the new facilities is included in the supplementary information. Proposed Programme: The following indicative schedule of dates may be subject to change as project requirements dictate: Issue Contract Notice - 16th December 2016 Return of ESPD Documentation - 23rd January 2017 Proposed issue of tender documents - 3rd March 2017 Proposed return of tender documents - 12th April 2017 Proposed date for appointment - 3rd July 2017 Proposed site commencement date -31st September 2017 Proposed date for completion - 31st July 2018 Proposed Contract: The works will be procured via the SBCC Standard Form of Building Contract -2011 with quantities for use in Scotland. Value: The estimated value of the Contract is between 7.0m - 7.25m GBP.. All tenders for the University of St Andrews are administered through our e-Tendering System (In-Tend). To Express and Interest please go to our tender web-site at: https://in-tendhost.co.uk/universityofstandrews Please note that 'Notes of Interest' placed via PCS (Public Contracts Scotland) are not automatically accepted.",
                "status": "complete",
                "value": {
                    "amount": 7000000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "Bidders must pass the minimum standards (pass/fail) sections of the ESPD (Scotland). Statements detailing the specific requirements can be found within the relevant sections of the Contract Notice. The responses to these statements will be scored as per the scoring methodology detailed. The anticipated minimum number of bidders to be taken through is three and the maximum is 5. ESPD Section 4C Question Scoring Methodology: For 15 mark questions: 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. 5 - Poor. Response is partially relevant but generally poor. The response addresses some elements of the requirements but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. 10 - Acceptable. Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas. 12 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how these requirements will be fulfilled. 15 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full. For 20 mark questions: 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. 5 - Poor. Response is partially relevant but generally poor. The response addresses some elements of the requirements but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. 10 - Acceptable. Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas. 15 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how these requirements will be fulfilled. 20 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": false
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "communication": {
            "atypicalToolUrl": "https://in-tendhost.co.uk/universityofstandrews"
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2017-03-03T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Please refer to this statement when completing section 4A of the ESPD (Scotland): Statement for 4A.1: If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. For this procurement, this includes a requirement for all on site staff to be accredited under the Construction Skills Certification Scheme (CSCS) or equivalent."
                },
                {
                    "type": "economic",
                    "description": "Please refer to these statements when completing section 4B of the ESPD (Scotland): Statement for 4B.2: Bidders will be required to have an annual financial turnover of two times the estimated value of the contract as detailed within this contract notice. (14.5M GBP) In the event that any tenderer does not meet the financial criteria for consideration but has a parent company that does, the tenderer may still be eligible where their tender submission is supported by a Parent Company Guarantee. Statement for 4B.5: It is a requirement of this contract that bidders can hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below. Note there is no requirement for separate Product Liability Insurance as the monetary value detailed against Public Liability insurance is inclusive of both types of insurance. Employers (Compulsory) Liability Insurance = 10 million GBP Public Liability Insurance = 10 million GBP Professional Indemnity Insurance = 5 million GBP Statement for 4B.6 Bidder will be required to provide a Banker's Guarantee Bond or Performance Bond prior to award of contract to the value of the contract."
                },
                {
                    "type": "technical",
                    "description": "Scored ESPD Selection Question Weighting: 4C.1 Public Works Experience (45 marks) 4C.2 Professional and Technical Skills (20 marks) 4C.3 Technical Facilities and Measures for Ensuring Quality (15 marks) 4C.4 Supply Chain Management (20 marks) Please refer to these statements when completing section 4C of the ESPD (Scotland): Statement for 4C.1: (Each example maximum 15 marks)Bidders will be required to provide three examples of works carried out in the past 5 years that demonstrate that they have the relevant experience to deliver the work as described in the Contract Notice which are over xx million GBP in value. Examples should include the following: -Project Description -Final Value -Completion Date -Name of Architect -Client Contact Information -Colour Images of Interior/Exterior Ideally examples will be of similar scope, type and complexity as the subject of this tender and have been delivered for an HE Sector Client in a live campus environment, and delivered under the same contract type. Statement for 4C.2: (20 marks)Bidders will be required to confirm details of the professional and technical skills and resources that they can call upon, especially those responsible for quality control. Response should include key staff CV's of proposed team, and ideally include those responsible for delivery of example projects. Statement for 4C.3: (15 marks) Bidders will be required to demonstrate the communication methods and processes utilized by the site team(s) and how this information is communicated to senior management to ensure quality throughout the construction phases. Bidders are required to demonstrate reporting tools to show how senior management have visibility of construction progress and associated activities. Statement for 4C.4: (20 marks)Bidders are required to describe their organisations arrangements for co-ordination and co-operation with sub-contractors and other suppliers. Bidders should provide details of how co-operation and co-ordination of work is achieved in practice and how other organisations are involved in drawing up method statements/safe systems etc. Details provided should also include general policies on the selection of sub-contractors and suppliers, how adequate health and safety procedures are ensured and how standards of performance and contract compliance are maintained."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "45214400",
            "scheme": "CPV"
        },
        "reviewDetails": "The University of St Andrews will incorporate a minimum of 10 calendar day standstill period at the point of information on the award of the contract being communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be requested from The University of St Andrews. If an appeal regarding the award of contract has not been successfully resolved The Public Contracts (Scotland) Regulations 2014 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rule to take action in the Sheriff Court or Court of Session. Anyone bringing court proceedings against the University of St Andrews must inform the University of St Andrews in advance of the alleged breach and its intention to bring proceedings. Any such action must be brought within 15 days of the date on which a decision is sent to them or published to challenge that decision. Proceedings seeking an ineffectiveness order must be brought within 30 days of the publication of the contract award notice in the OJEU, or 30 days from the date of a decision letter to all tenderers concerned, and any candidates concerned, containing a summary of the reason for the recipient being unsuccessful, otherwise 6 months from the date of entering into the contract or concluding the framework agreement. Where a contract has not been entered into the Court may, by interim order, suspend the procurement procedure. The court may also set aside a decision or actions taken by the University or order it to amend and document; and/or award damages. However, by express requirement the court may decide not to grant an interim order when the negative consequences of such an order are likely to outweigh the benefits, having regard to a number of considerations. If the contract has been entered into the Court may, depending on the nature of the breach: make an ineffectiveness order; impose a financial penalty; shorten the duration of the contract; make any other order considered appropriate to address the consequences of ineffectiveness or shortening the duration or the contract; award damages.",
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "All tenders for the University of St Andrews are administered through our e-Tendering System (In-Tend). TO Express an Interest please go to our tender web-site at: https://in-tendhost.co.uk/universityofstandrews Please note that 'Notes of Interest' placed via PCS (Public Contracts Scotland) are not automatically accepted. ESPD Section 4D For all lots: 1st Statement for ESPD 4D.1 Quality Management. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). 2nd Statement for ESPD 4D.1 Health and Safety. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, in the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. 1st Statement for ESPD 4D1.1 Quality Management. If the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), then the bidder must have the following: A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. 2nd Statement for ESPD 4D1.1 Health and Safety. If the bidder does not hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, in the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum,then the bidder must have the following: A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale relevant to the nature and scale of your operations and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant operations and set out your company's responsibilities of H&S management and compliance with legislation. Note: Organisations with fewer than five employees are not required by law to have a documented policy statement. Sustainability: The University will be requesting evidence from bidders of what Fair Work Practices they have in place. Detailed information will be contained within the University's Invitation to tender (ITT) documentation. ESPD Question reference 2D1 if applicable please provide information concerning subcontractors on whose capacity as a Bidder does not rely on. (SC Ref:507463)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000473459"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000473459"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "EST/161216/MD/SL",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "EST/161216/MD/SL",
            "awardID": "EST/161216/MD/SL",
            "status": "active",
            "dateSigned": "2017-07-14T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2016/S 246-449045"
        }
    ]
}