Notice Information
Notice Title
Design Team for New Build Programme 2017 - 2020
Notice Description
This contract involves the establishment of a design team comprising a Building and Landscaping Architect and Structural/Civil Engineers for the design of between 16 and 30 sites at various locations throughout North Lanarkshire which will encompass up to 700 new build homes. The contract will also require planning permission to be obtained for each design. The 16 sites initially identified will consist of approximately 350 new build homes (a further 14 sites (approx. 350 units) being added once locations are identified). . The estimated contract value is 900,000GBP to 1,500,000GBP exc. VAT. . Duration of the contract is for 2 years commencing 16 October 2017. The council reserve the right to extend this contract for a further 2 x 1 year extensions. . Contract governed by the Conditions of the NEC Professional Services Contract (2013)
Lot Information
Lot 1
This contract involves the establishment of a design team comprising a Building and Landscaping Architect and Structural/Civil Engineers for the design of between 16 and 30 sites at various locations throughout North Lanarkshire which will encompass up to 700 new build homes. The contract will also require planning permission to be obtained for each design. The 16 sites initially identified will consist of approximately 350 new build homes and are made up of the following (a further 14 sites (approx. 350 units) being added once locations are identified): . 1 site-60 units 3 sites-30 units 2 sites-23 units 2 sites-20 units 1 site-18 units 4 sites-15 units 2 sites-12 units 1 site-10 units . The estimated contract value is 900,000GBP to 1,500,000GBP exc. VAT. . Duration of the contract is for 2 years commencing 16 October 2017. The council reserve the right to extend this contract for a further 2 x 1 year extensions. . Contract governed by the Conditions of the NEC Professional Services Contract (2013). Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000497599
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR313548
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71220000 - Architectural design services
71242000 - Project and design preparation, estimation of costs
71320000 - Engineering design services
71322000 - Engineering design services for the construction of civil engineering works
Notice Value(s)
- Tender Value
- £1,500,000 £1M-£10M
- Lots Value
- £1,500,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 14 Mar 20187 years ago
- Submission Deadline
- 29 Jun 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 12 Mar 20187 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORTH LANARKSHIRE COUNCIL
- Contact Name
- Not specified
- Contact Email
- corporateprocurement@northlan.gov.uk, goulda@northlan.gov.uk, jeffreyke@northlan.gov.uk
- Contact Phone
- +44 1698302222, +44 1698403876, +44 1698520414
Buyer Location
- Locality
- MOTHERWELL
- Postcode
- ML1 1AB
- Post Town
- Motherwell
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM34 North Lanarkshire
- Delivery Location
- TLM84 North Lanarkshire
-
- Local Authority
- North Lanarkshire
- Electoral Ward
- Motherwell South East and Ravenscraig
- Westminster Constituency
- Motherwell, Wishaw and Carluke
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN284775&idx=3
2nd June 2017 - ESPD v1 9 Regulated Above EU Threshold -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN284775&idx=5
2nd June 2017 - ESPD v1 9 Regulated Above EU Threshold (inc OJEU reference) -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN284775&idx=1
2nd June 2017 - ESPD v1 9 Regulated Above EU Threshold -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN284775&idx=4
2nd June 2017 - ESPD v1 9 Regulated Above EU Threshold (inc OJEU reference) -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN284775&idx=2
1st June 2017 - ESPD Conditions of Participation -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN284775
Design Team for New Build Programme 2017 - 2020 - This contract involves the establishment of a design team comprising a Building and Landscaping Architect and Structural/Civil Engineers for the design of between 16 and 30 sites at various locations throughout North Lanarkshire which will encompass up to 700 new build homes. The contract will also require planning permission to be obtained for each design. The 16 sites initially identified will consist of approximately 350 new build homes (a further 14 sites (approx. 350 units) being added once locations are identified). . The estimated contract value is 900,000GBP to 1,500,000GBP exc. VAT. . Duration of the contract is for 2 years commencing 16 October 2017. The council reserve the right to extend this contract for a further 2 x 1 year extensions. . Contract governed by the Conditions of the NEC Professional Services Contract (2013) -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR313548
Design Team for New Build Programme 2017 - 2020 - This contract involves the establishment of a design team comprising a Building and Landscaping Architect and Structural/Civil Engineers for the design of between 16 and 30 sites at various locations throughout North Lanarkshire which will encompass up to 700 new build homes. The contract will also require planning permission to be obtained for each design. The 16 sites initially identified will consist of approximately 350 new build homes (a further 14 sites (approx. 350 units) being added once locations are identified). . The estimated contract value is 900,000GBP to 1,500,000GBP exc. VAT. . Duration of the contract is for 2 years commencing 16 October 2017. The council reserve the right to extend this contract for a further 2 x 1 year extensions. . Contract governed by the Conditions of the NEC Professional Services Contract (2013)
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-r6ebe6-0000497599-2018-03-14T00:00:00Z",
"date": "2018-03-14T00:00:00Z",
"ocid": "ocds-r6ebe6-0000497599",
"initiationType": "tender",
"parties": [
{
"id": "org-28",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM36",
"postalCode": "ML1 1AB"
},
"contactPoint": {
"email": "Goulda@northlan.gov.uk",
"telephone": "+44 1698520414",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"reviewBody",
"processContactPoint"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.northlanarkshire.gov.uk"
}
},
{
"id": "org-17",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM36",
"postalCode": "ML1 1AB"
},
"contactPoint": {
"email": "jeffreyke@northlan.gov.uk",
"telephone": "+44 1698302222",
"faxNumber": "+44 1698275125",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.northlanarkshire.gov.uk"
}
},
{
"id": "org-21",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 1AB"
},
"contactPoint": {
"email": "corporateprocurement@northlan.gov.uk",
"telephone": "+44 1698403876",
"faxNumber": "+44 1698403050",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.northlanarkshire.gov.uk"
}
}
],
"buyer": {
"name": "North Lanarkshire Council",
"id": "org-21"
},
"tender": {
"id": "CPT-KJ-HP-16-160",
"title": "Design Team for New Build Programme 2017 - 2020",
"description": "This contract involves the establishment of a design team comprising a Building and Landscaping Architect and Structural/Civil Engineers for the design of between 16 and 30 sites at various locations throughout North Lanarkshire which will encompass up to 700 new build homes. The contract will also require planning permission to be obtained for each design. The 16 sites initially identified will consist of approximately 350 new build homes (a further 14 sites (approx. 350 units) being added once locations are identified). . The estimated contract value is 900,000GBP to 1,500,000GBP exc. VAT. . Duration of the contract is for 2 years commencing 16 October 2017. The council reserve the right to extend this contract for a further 2 x 1 year extensions. . Contract governed by the Conditions of the NEC Professional Services Contract (2013)",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "71320000",
"scheme": "CPV"
},
{
"id": "71220000",
"scheme": "CPV"
},
{
"id": "71242000",
"scheme": "CPV"
},
{
"id": "71322000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM36"
},
{
"region": "UKM84"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 1500000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2017-06-29T12:00:00Z"
},
"documents": [
{
"id": "JUN284775",
"documentType": "contractNotice",
"title": "Design Team for New Build Programme 2017 - 2020",
"description": "This contract involves the establishment of a design team comprising a Building and Landscaping Architect and Structural/Civil Engineers for the design of between 16 and 30 sites at various locations throughout North Lanarkshire which will encompass up to 700 new build homes. The contract will also require planning permission to be obtained for each design. The 16 sites initially identified will consist of approximately 350 new build homes (a further 14 sites (approx. 350 units) being added once locations are identified). . The estimated contract value is 900,000GBP to 1,500,000GBP exc. VAT. . Duration of the contract is for 2 years commencing 16 October 2017. The council reserve the right to extend this contract for a further 2 x 1 year extensions. . Contract governed by the Conditions of the NEC Professional Services Contract (2013)",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN284775",
"format": "text/html"
},
{
"id": "JUN284775-1",
"title": "ESPD v1 9 Regulated Above EU Threshold",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN284775&idx=1",
"datePublished": "2017-06-01T15:45:28Z",
"dateModified": "2017-06-02T09:55:22Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUN284775-2",
"title": "ESPD Conditions of Participation",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN284775&idx=2",
"datePublished": "2017-06-01T15:45:28Z",
"dateModified": "2017-06-01T15:45:28Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUN284775-3",
"title": "ESPD v1 9 Regulated Above EU Threshold",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN284775&idx=3",
"datePublished": "2017-06-01T15:45:29Z",
"dateModified": "2017-06-02T09:56:44Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUN284775-4",
"title": "ESPD v1 9 Regulated Above EU Threshold (inc OJEU reference)",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN284775&idx=4",
"datePublished": "2017-06-02T09:55:21Z",
"dateModified": "2017-06-02T09:55:21Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUN284775-5",
"title": "ESPD v1 9 Regulated Above EU Threshold (inc OJEU reference)",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN284775&idx=5",
"datePublished": "2017-06-02T09:56:44Z",
"dateModified": "2017-06-02T09:56:44Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "MAR313548",
"documentType": "awardNotice",
"title": "Design Team for New Build Programme 2017 - 2020",
"description": "This contract involves the establishment of a design team comprising a Building and Landscaping Architect and Structural/Civil Engineers for the design of between 16 and 30 sites at various locations throughout North Lanarkshire which will encompass up to 700 new build homes. The contract will also require planning permission to be obtained for each design. The 16 sites initially identified will consist of approximately 350 new build homes (a further 14 sites (approx. 350 units) being added once locations are identified). . The estimated contract value is 900,000GBP to 1,500,000GBP exc. VAT. . Duration of the contract is for 2 years commencing 16 October 2017. The council reserve the right to extend this contract for a further 2 x 1 year extensions. . Contract governed by the Conditions of the NEC Professional Services Contract (2013)",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR313548",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "This contract involves the establishment of a design team comprising a Building and Landscaping Architect and Structural/Civil Engineers for the design of between 16 and 30 sites at various locations throughout North Lanarkshire which will encompass up to 700 new build homes. The contract will also require planning permission to be obtained for each design. The 16 sites initially identified will consist of approximately 350 new build homes and are made up of the following (a further 14 sites (approx. 350 units) being added once locations are identified): . 1 site-60 units 3 sites-30 units 2 sites-23 units 2 sites-20 units 1 site-18 units 4 sites-15 units 2 sites-12 units 1 site-10 units . The estimated contract value is 900,000GBP to 1,500,000GBP exc. VAT. . Duration of the contract is for 2 years commencing 16 October 2017. The council reserve the right to extend this contract for a further 2 x 1 year extensions. . Contract governed by the Conditions of the NEC Professional Services Contract (2013). Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"status": "complete",
"value": {
"amount": 1500000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 6,
"maximumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
}
],
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2017-07-17T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "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. . The Bidder response to this question will be evaluated as follows: . Pass = response is compliant with the minimum requirement stated in the Contract Notice (III.1.1) . Fail = response is not compliant with the minimum requirement stated in the Contract Notice (III.1.1) ."
},
{
"type": "economic",
"description": "4B.1.2 - Bidders will be required to have an average yearly turnover of a minimum of 2,000,000 GBP for the last 2 years. . 4B.3 - Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading. . 4B.5.1 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: . Employer's (Compulsory) Liability Insurance = 10,000,000 GBP each and every claim and in the annual aggregate. . 4B.5.2 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: . Public and Product Liability Insurance = 5,000,000 GBP each and every claim and in the annual aggregate. . 4B.6 - Concerning any other economic or financial requirements,the bidder declares that: It has an Equifax Score Check Grade of D or above. . It is recommended that Bidders review their own Equifax Score Check Grade in advance of returning their Bidders Submission. If, following this review, Bidders consider that the Equifax Score Check Grade does not reflect their current financial status; the Bidder should give a detailed explanation in response to question 4B.6, together with any relevant supporting independent evidence. The Council will review any such information as part of the evaluation of Bidder's financial status. . Where the Bidder is under no obligation to publish accounts and therefore does not have a Equifax Score Check Grade or equivalent rating, they must provide their audited financial accounts for the previous two years as part of their Bidders Submission in order that the Council may assess these to determine the suitability of the Bidder to undertake a contract or contracts of this size. This assessment will consider whether or not the there is any significant financial risk identified. .",
"minimum": "The Bidder response to these questions for Economic and Financial Standing will be evaluated as follows: . Pass = response is compliant with the minimum requirement stated in the Contract Notice (III.1.2) . Fail = response is not compliant with the minimum requirement stated in the Contract Notice (III.1.2) ."
},
{
"type": "technical",
"description": "Technical and professional ability will be scored by an evaluation panel; Bidders must achieve a minimum average score of 50 marks for each question (4C.1.2 and 4C.4) to pass this question; if either of the average minimum scores are below 50 marks this will be deemed a failure to meet the Council's minimum standards for technical and professional Ability. . 4C.1.2 - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. . 4C.1.2 - This question carries an overall weighting of 70%. . 4C.4 - Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. . 4C.4 - This question carries an overall weighting of 30%. . 4C.6 - Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: RIBA (Royal Institute of British Architects) accredited or equivalent. . 4C.6 - This question will be scored on a pass/fail basis. . 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Response to 4C.10 will not be evaluated. .",
"minimum": "The scoring rationale of the evaluation panel for questions 4C.1.2 and 4C.4 are as follows: . Score - Definition . 100 - Response is completely relevant. It is unlikely that the response could be more comprehensive or be improved upon. It provides comprehensive evidence and full assurance that the candidate fully meets the required standard in this selection criterion . 90 - Response is almost entirely relevant. The response is comprehensive, unambiguous and demonstrates a thorough understanding of what is required in respect of this selection criterion, and provides convincing evidence of their capacity/ability/experience in this area . 80 - Response is highly relevant. Detailed response demonstrates a thorough understanding of the selection criterion and provides a high level of detail as to their capacity/ability/experience in this area . 70 - Response is relevant. The response is sufficiently detailed to demonstrate a thorough understanding of the selection criterion and provides evidence of a reliable level of capacity/ability/experience in this area . 60 - Response is substantially relevant and acceptable and demonstrates a broad understanding of the selection criterion to a satisfactory depth but evidence of capacity/ability/experience in this area could have been more detailed . 50 - Response is at least 50% relevant and acceptable. The response demonstrates an understanding of the selection criterion but lacks detail of evidence of capacity/ability/experience in this area . 40 - Response is partially relevant but evidence presented is not sufficiently detailed to demonstrate a reliable level of capacity/ability/experience in this area. There is a lack of depth of detail or understanding in many areas . 30 - Response has some relevance but is generally insufficient. The response addresses some elements of the requirement but contains limited evidence as to the candidate's capacity/ability/experience in this area . 20 - Response demonstrates a lack of understanding and little pertinent limited evidence as to the candidate's capacity/ability/experience in this area . 10 - Response demonstrates little evidence of the candidate's understanding or explanation of the candidate's capacity/ability/experience in this area . 0 - Nil or irrelevant response . 4C.6 - This question will be scored on a pass/fail basis as follows: . Pass = The bidder holds RIBA (Royal Institute of British Architects) accreditation or equivalent. . Fail = The bidder does not hold RIBA (Royal Institute of British Architects) accreditation or equivalent. . 4C.10 - If the bidder has decided to subcontract a part of the contract and relies on the subcontractor's capacities to perform that part then a separate ESPD for such subcontractors must be completed for sections: . Part II Information concerning the bidder A: Information about the bidder B: Information about representatives of the bidder . Part III Exclusions Grounds A: Grounds Relating to Criminal Convictions B: Grounds Relating to the payment of taxes or social security contributions C: Blacklisting D: Grounds Relating to insolvency, conflicts of interests or professional misconduct. ."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "71320000",
"scheme": "CPV"
},
"hasRecurrence": false,
"amendments": [
{
"id": "amd-18",
"description": "Amendment to Economic and Financial Standing Requirements The Council has taken the decision to revise the Economic and Financial Standing criteria within the original contract notice. Please be advise that the following changes have been made: . 4.1.2 - Bidders will be required to have an average yearly turnover of a minimum of 900,000 GBP for the last 2 years. . All other Economic and Financial Standing requirements stated in the original contract notice remain the same.",
"unstructuredChanges": [
{
"oldValue": {
"text": "4B.1.2 - Bidders will be required to have an average yearly turnover of a minimum of 2,000,000 GBP for the last 2 years."
},
"newValue": {
"text": "4B.1.2 - Bidders will be required to have an average yearly turnover of a minimum of 900,000 GBP for the last 2 years."
},
"where": {
"section": "III.1.2",
"label": "Economic and financial standing"
}
}
]
}
]
},
"language": "EN",
"description": "Economic operators must meet Council's minimum requirements stated in this Contract Notice, else their proposal will be rejected. . Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. . Tenders must be returned using the PCS submission post-box by the date and time specified in this Contract Notice and/or documentation. The council reserves the right not to award any contract as a result of the procurement process initiated by this Contract Notice and in such event will not be liable for any costs incurred by any party. . The council reserves the right before moving from selection stage to award stage to request candidates produce supporting documentary evidence or certificates referenced in their ESPD response. In any case, these must be provided prior to contract award. (SC Ref:535271)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000497599"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000497599"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000497599"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "CPT-KJ-HP-16-160",
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "CPT-KJ-HP-16-160",
"awardID": "CPT-KJ-HP-16-160",
"status": "active",
"dateSigned": "2018-03-12T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 105-210077"
}
]
}