Award

Framework for The Provision of Vehicle Body Repairs

SOUTH LANARKSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

08 Feb 2019 at 00:00

Tender

20 Jul 2018 at 00:00

Summary of the contracting process

The procurement process is being conducted by South Lanarkshire Council for the "Framework for The Provision of Vehicle Body Repairs," aimed at servicing their fleet of approximately 1,700 vehicles. This tender falls under the services industry category and is located in Hamilton, UK. The procurement method utilised is an open procedure, with the tender period concluding on 10th August 2018, following which the award decision will be made. The total contract value is £1,800,000, reflecting the ongoing requirement for vehicle body repairs across various categories, including cars, light goods vehicles, and buses.

This tender represents a significant opportunity for SMEs engaged in vehicle repair and maintenance services, providing a pathway for businesses to secure a place on a framework agreement that will cater to a large public sector client. Companies specialising in automotive repairs, bodywork, and related services would be well-positioned to compete, particularly those that can demonstrate technical capability across the specified vehicle categories. Successful bidders will not only contribute to council services but also benefit from a sustained partnership within a competitive framework agreement.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Framework for The Provision of Vehicle Body Repairs

Notice Description

The Council has an ongoing requirement for the Provision of Vehicle Body Repairs for use by South Lanarkshire Council Fleet Services. The Provision shall include Vehicle Body Repairs to the Council's fleet of approximately 1700 vehicles. All Vehicle Body Repairs shall be covered by those contractors appointed to the Framework Agreement as the Council does not have an in house facility to undertake this requirement. The tender is split into each of the following categories of vehicle; - Cars / Car Derived Vans (to typically include all cars, small trailers, small and medium vans) - Light Goods Vehicles (LGV) up to 3,500kg - Goods Vehicles/Passenger Vehicles in excess of 3500kg - Buses - Plant Tenderers are bidding to become appointed to one or more vehicle category under the Framework Agreement. Each vehicle category listed will be evaluated separately resulting in different ranking structures for each vehicle category.

Lot Information

Lot 1

The Council has a requirement for a Framework Agreement under which contracts can subsequently be awarded for the Provision of Vehicle Body Repairs to the Council's fleet of approximately 1,700 vehicles. The Framework Agreement will be split into each of the following categories of vehicle:- - Cars / Car Derived Vans (to typically include all cars, small trailers, small and medium vans) - Light Goods Vehicles (LGV) up to 3,500kg - Goods Vehicles/Passenger Vehicles in excess of 3500kg - Buses - Plant Tenderers are bidding to become appointed to one or more vehicle categories under the Framework Agreement. Each vehicle category listed will be evaluated separately in resulting in different ranking structures for each vehicle category. All Vehicle Body Repairs required by the Council shall be covered by those Service Providers appointed the Framework Agreement as the Council does not have an in house facility to undertake this requirement.

Renewal: Option to extend by a further period of up to 24 months subject to satisfactory performance, financial standing and availability of funding

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000550840
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB344847
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50112110 - Body-repair services for vehicles

Notice Value(s)

Tender Value
£1,800,000 £1M-£10M
Lots Value
£1,800,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£1,800,000 £1M-£10M

Notice Dates

Publication Date
8 Feb 20197 years ago
Submission Deadline
10 Aug 2018Expired
Future Notice Date
Not specified
Award Date
8 Feb 20197 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
SOUTH LANARKSHIRE COUNCIL
Contact Name
Alan A Russell
Contact Email
leader@southlanarkshire.gov.uk, procurement_service@southlanarkshire.gov.uk
Contact Phone
+44 1698454793, +44 3031231015

Buyer Location

Locality
LANARK
Postcode
ML11 7JT
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

Supplier Information

Number of Suppliers
9
Supplier Names

BUSTEC SCOTLAND

COURTNEY & MCMILLAN

DAVID PHILP COMMERCIALS

GW BODY REPAIRS

KENNEDY COACHWORKS

RIVERSIDE TRUCK RENTAL

RUSSELL GROUP ENGINEERING

SCOT JCB

UK ACCIDENT REPAIR

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL325908
    Framework for The Provision of Vehicle Body Repairs - The Council has an ongoing requirement for the Provision of Vehicle Body Repairs for use by South Lanarkshire Council Fleet Services. The Provision shall include Vehicle Body Repairs to the Council's fleet of approximately 1700 vehicles. All Vehicle Body Repairs shall be covered by those contractors appointed to the Framework Agreement as the Council does not have an in house facility to undertake this requirement. The tender is split into each of the following categories of vehicle; - Cars / Car Derived Vans (to typically include all cars, small trailers, small and medium vans) - Light Goods Vehicles (LGV) up to 3,500kg - Goods Vehicles/Passenger Vehicles in excess of 3500kg - Buses - Plant Tenderers are bidding to become appointed to one or more vehicle category under the Framework Agreement. Each vehicle category listed will be evaluated separately resulting in different ranking structures for each vehicle category.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB344847
    Framework for The Provision of Vehicle Body Repairs - The Council has an ongoing requirement for the Provision of Vehicle Body Repairs for use by South Lanarkshire Council Fleet Services. The Provision shall include Vehicle Body Repairs to the Council's fleet of approximately 1700 vehicles. All Vehicle Body Repairs shall be covered by those contractors appointed to the Framework Agreement as the Council does not have an in house facility to undertake this requirement. The tender is split into each of the following categories of vehicle; - Cars / Car Derived Vans (to typically include all cars, small trailers, small and medium vans) - Light Goods Vehicles (LGV) up to 3,500kg - Goods Vehicles/Passenger Vehicles in excess of 3500kg - Buses - Plant Tenderers are bidding to become appointed to one or more vehicle category under the Framework Agreement. Each vehicle category listed will be evaluated separately resulting in different ranking structures for each vehicle category.

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-r6ebe6-0000550840-2019-02-08T00:00:00Z",
    "date": "2019-02-08T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000550840",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-22",
            "name": "South Lanarkshire Council",
            "identifier": {
                "legalName": "South Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Regeneration and Inclusion Services, Lanark Area Office, South Vennel",
                "locality": "Lanark",
                "region": "UKM95",
                "postalCode": "ML11 7JT"
            },
            "contactPoint": {
                "email": "leader@southlanarkshire.gov.uk",
                "telephone": "+44 1698454793"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ]
            }
        },
        {
            "id": "org-27",
            "name": "South Lanarkshire Council",
            "identifier": {
                "legalName": "South Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Council Headquarters, Almada Street",
                "locality": "Hamilton",
                "region": "UKM95",
                "postalCode": "ML3 0AA"
            },
            "contactPoint": {
                "name": "Alan A Russell",
                "email": "procurement_service@southlanarkshire.gov.uk",
                "telephone": "+44 3031231015",
                "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.southlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-269",
            "name": "BUSTEC SCOTLAND LTD",
            "identifier": {
                "legalName": "BUSTEC SCOTLAND LTD"
            },
            "address": {
                "streetAddress": "22 MELFORD ROAD, BELLSHILL",
                "locality": "BELLSHILL",
                "region": "UKM95",
                "postalCode": "ML4 3LR"
            },
            "contactPoint": {
                "telephone": "+44 1698746208"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-270",
            "name": "Courtney & McMillan Ltd",
            "identifier": {
                "legalName": "Courtney & McMillan Ltd"
            },
            "address": {
                "streetAddress": "29 Simpson Road",
                "locality": "Broxburn",
                "region": "UKM78",
                "postalCode": "EH52 5NP"
            },
            "contactPoint": {
                "telephone": "+44 7769317936"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-271",
            "name": "David Philp Commercials",
            "identifier": {
                "legalName": "David Philp Commercials"
            },
            "address": {
                "streetAddress": "Camps Industrial Estate",
                "locality": "East Calder",
                "region": "UKM78",
                "postalCode": "EH27 0PL"
            },
            "contactPoint": {
                "telephone": "+44 1506882212"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-272",
            "name": "GW Body Repairs",
            "identifier": {
                "legalName": "GW Body Repairs"
            },
            "address": {
                "streetAddress": "10 Rydal Grove, Newlandsmuir",
                "locality": "East Kilbride",
                "region": "UKM95",
                "postalCode": "G75 8YS"
            },
            "contactPoint": {
                "telephone": "+44 7788285665"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-273",
            "name": "Kennedy Coachworks Ltd",
            "identifier": {
                "legalName": "Kennedy Coachworks Ltd"
            },
            "address": {
                "streetAddress": "259 Glasgow Road, Blantyre",
                "locality": "Glasgow",
                "region": "UKM95",
                "postalCode": "G72 0YS"
            },
            "contactPoint": {
                "telephone": "+44 7713505050"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-274",
            "name": "Riverside Truck Rental Ltd",
            "identifier": {
                "legalName": "Riverside Truck Rental Ltd"
            },
            "address": {
                "streetAddress": "Oasis Business Park, Parkside Place",
                "locality": "Skelmersdale",
                "region": "UKM95",
                "postalCode": "WN8 9RD"
            },
            "contactPoint": {
                "telephone": "+44 1514233000"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-275",
            "name": "Russell Group Engineering",
            "identifier": {
                "legalName": "Russell Group Engineering"
            },
            "address": {
                "streetAddress": "440 Petershill Road",
                "locality": "GLASGOW",
                "region": "UKM82",
                "postalCode": "G21 4AA"
            },
            "contactPoint": {
                "telephone": "+44 1415577321"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-276",
            "name": "Scot JCB Ltd",
            "identifier": {
                "legalName": "Scot JCB Ltd"
            },
            "address": {
                "streetAddress": "Townmill Road, Glasgow",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G31 3AR"
            },
            "contactPoint": {
                "telephone": "+44 1415566521"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-277",
            "name": "uk accident repair",
            "identifier": {
                "legalName": "uk accident repair"
            },
            "address": {
                "streetAddress": "unit 2 camps ind est east calder",
                "locality": "East Calder",
                "region": "UKM8",
                "postalCode": "eh278df"
            },
            "contactPoint": {
                "telephone": "+44 8712230410"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "South Lanarkshire Council",
        "id": "org-27"
    },
    "tender": {
        "id": "SLC/PS/COMENT/17/232",
        "title": "Framework for The Provision of Vehicle Body Repairs",
        "description": "The Council has an ongoing requirement for the Provision of Vehicle Body Repairs for use by South Lanarkshire Council Fleet Services. The Provision shall include Vehicle Body Repairs to the Council's fleet of approximately 1700 vehicles. All Vehicle Body Repairs shall be covered by those contractors appointed to the Framework Agreement as the Council does not have an in house facility to undertake this requirement. The tender is split into each of the following categories of vehicle; - Cars / Car Derived Vans (to typically include all cars, small trailers, small and medium vans) - Light Goods Vehicles (LGV) up to 3,500kg - Goods Vehicles/Passenger Vehicles in excess of 3500kg - Buses - Plant Tenderers are bidding to become appointed to one or more vehicle category under the Framework Agreement. Each vehicle category listed will be evaluated separately resulting in different ranking structures for each vehicle category.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "50112110",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM95"
                    },
                    {
                        "region": "UKM95"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 1800000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2018-08-10T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-08-10T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUL325908",
                "documentType": "contractNotice",
                "title": "Framework for The Provision of Vehicle Body Repairs",
                "description": "The Council has an ongoing requirement for the Provision of Vehicle Body Repairs for use by South Lanarkshire Council Fleet Services. The Provision shall include Vehicle Body Repairs to the Council's fleet of approximately 1700 vehicles. All Vehicle Body Repairs shall be covered by those contractors appointed to the Framework Agreement as the Council does not have an in house facility to undertake this requirement. The tender is split into each of the following categories of vehicle; - Cars / Car Derived Vans (to typically include all cars, small trailers, small and medium vans) - Light Goods Vehicles (LGV) up to 3,500kg - Goods Vehicles/Passenger Vehicles in excess of 3500kg - Buses - Plant Tenderers are bidding to become appointed to one or more vehicle category under the Framework Agreement. Each vehicle category listed will be evaluated separately resulting in different ranking structures for each vehicle category.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL325908",
                "format": "text/html"
            },
            {
                "id": "FEB344847",
                "documentType": "awardNotice",
                "title": "Framework for The Provision of Vehicle Body Repairs",
                "description": "The Council has an ongoing requirement for the Provision of Vehicle Body Repairs for use by South Lanarkshire Council Fleet Services. The Provision shall include Vehicle Body Repairs to the Council's fleet of approximately 1700 vehicles. All Vehicle Body Repairs shall be covered by those contractors appointed to the Framework Agreement as the Council does not have an in house facility to undertake this requirement. The tender is split into each of the following categories of vehicle; - Cars / Car Derived Vans (to typically include all cars, small trailers, small and medium vans) - Light Goods Vehicles (LGV) up to 3,500kg - Goods Vehicles/Passenger Vehicles in excess of 3500kg - Buses - Plant Tenderers are bidding to become appointed to one or more vehicle category under the Framework Agreement. Each vehicle category listed will be evaluated separately resulting in different ranking structures for each vehicle category.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB344847",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Council has a requirement for a Framework Agreement under which contracts can subsequently be awarded for the Provision of Vehicle Body Repairs to the Council's fleet of approximately 1,700 vehicles. The Framework Agreement will be split into each of the following categories of vehicle:- - Cars / Car Derived Vans (to typically include all cars, small trailers, small and medium vans) - Light Goods Vehicles (LGV) up to 3,500kg - Goods Vehicles/Passenger Vehicles in excess of 3500kg - Buses - Plant Tenderers are bidding to become appointed to one or more vehicle categories under the Framework Agreement. Each vehicle category listed will be evaluated separately in resulting in different ranking structures for each vehicle category. All Vehicle Body Repairs required by the Council shall be covered by those Service Providers appointed the Framework Agreement as the Council does not have an in house facility to undertake this requirement.",
                "status": "complete",
                "value": {
                    "amount": 1800000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend by a further period of up to 24 months subject to satisfactory performance, financial standing and availability of funding"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "TECHNICAL",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                }
            }
        ],
        "bidOpening": {
            "date": "2018-08-10T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "ESPD Question 2.C.1 Reliance on the capacities of other entities Bidders are required to complete a full ESPD for each of the entities whose capacity they rely upon ESPD Question 2.D.1 Subcontractors on whose capacity the bidder does not rely Bidders are required to complete a shortened version of the ESPD for each Subcontractor on whose capacity the bidder does not rely on Exclusion Criteria 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. ESPD Questions 3A - 3C have been identified as mandatory exclusion grounds and ESPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a PASS/FAIL basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken. .For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the Council is not satisfied as to the self cleansing measures undertaken. ESPD 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."
                },
                {
                    "type": "economic",
                    "minimum": "ESPD 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. Bidders must provide the name and value of each of the 3 ratios within their response to ESPD 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\"? 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 financial verification systems to validate the information provided. ESPD 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."
                },
                {
                    "type": "technical",
                    "minimum": "ESPD Question 4C.1.2 Technical and Professional Ability With reference to the nature and details of the services that are the subject matter of this tender, details of the vehicle type(s) you wish to bid for and relevant examples are to be provided of the services undertaken by the bidder in the last 3 years. ESPD 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. ESPD Questions 3A.1 to 3A.8 Serious and Organised Crime - Information Sharing Protocol It is a requirement of this tender that the bidder recommended for award completes and submits, when requested to by the Council, the Serious and Organised Crime - Information Sharing Protocol form for evaluation prior to any award being made."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "classification": {
            "id": "50112110",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 140-320772"
        }
    ],
    "description": "Declarations and Certificates In an open tendering procedure prior to any award being made the successful bidder will provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope. All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T. ESPD Question 2D.1 Prompt Payment Certificate Declaration Section Form of Tender ESPD Question 3D.11 Non-Collusion Certificate Declaration Section Health and Safety Declaration ESPD Question 4B.5.1 Insurance Certificates ESPD Questions 3A.1 to 3A.8 Serious and Organised Crime Declaration ESPD Questions 3A1 to 3A.8 Serious and Organised Crime - Information Sharing Protocol with Police Scotland Form ESPD Question 3A.6 Modern Slavery Act 2015 Declaration *The 'Form of Offer to Tender' must be completed and uploaded within the relevant question in the Commercial Envelope. In the case of an open tender, the other Declarations listed above will not be required to be uploaded and submitted with the bid, but will instead be requested by the Council following the conclusion of the evaluation of the Qualification, Technical and Commercial Envelopes and prior to the award of the tender. Failure to provide this information or in the event that the information provided does not support or evidence the statements made within the ESPD will invalidate the bid. In this scenario the Council will seek to obtain the relevant information and evidence from the second highest scoring bidder and so on until a fully compliant bidder is identified. (SC Ref:573308)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000550840"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000550840"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "SLC/PS/COMENT/17/232",
            "suppliers": [
                {
                    "id": "org-269",
                    "name": "BUSTEC SCOTLAND LTD"
                },
                {
                    "id": "org-270",
                    "name": "Courtney & McMillan Ltd"
                },
                {
                    "id": "org-271",
                    "name": "David Philp Commercials"
                },
                {
                    "id": "org-272",
                    "name": "GW Body Repairs"
                },
                {
                    "id": "org-273",
                    "name": "Kennedy Coachworks Ltd"
                },
                {
                    "id": "org-274",
                    "name": "Riverside Truck Rental Ltd"
                },
                {
                    "id": "org-275",
                    "name": "Russell Group Engineering"
                },
                {
                    "id": "org-276",
                    "name": "Scot JCB Ltd"
                },
                {
                    "id": "org-277",
                    "name": "uk accident repair"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "SLC/PS/COMENT/17/232",
            "awardID": "SLC/PS/COMENT/17/232",
            "status": "active",
            "value": {
                "amount": 1800000,
                "currency": "GBP"
            },
            "dateSigned": "2019-02-08T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "208",
                "measure": "bids",
                "value": 10,
                "relatedLot": "1"
            },
            {
                "id": "209",
                "measure": "smeBids",
                "value": 10,
                "relatedLot": "1"
            },
            {
                "id": "210",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "211",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "212",
                "measure": "electronicBids",
                "value": 10,
                "relatedLot": "1"
            }
        ]
    }
}