Award

Asbestos Works and Services

UNIVERSITY OF EDINBURGH

This public procurement record has 3 releases in its history.

Award

03 Aug 2021 at 00:00

Tender

04 Dec 2018 at 00:00

Planning

18 Sep 2018 at 00:00

Summary of the contracting process

The University of Edinburgh is currently engaged in a tendering process for an Estate-wide Asbestos Works and Services framework agreement, with a total estimated value of £11 million. This procurement is classified under the works category and is located in Edinburgh, UK. The tender process follows a selective method, specifically the restricted procedure, which will be divided into five lots focused on surveying and analytical services for asbestos as well as removal and remediation works. Each lot has specific selection criteria, with self-certification required from bidders through the ESPD (Scotland) system. The submission phase is set to end on 15th January 2019.

This tender presents significant opportunities for businesses specialising in asbestos management, including surveying, analytical testing, and removal services. Small and medium-sized enterprises (SMEs) in the environmental consultancy and construction sectors would be well-suited to participate. Given the framework nature of this contract, successful bidders will have the potential for ongoing work and the opportunity to form a long-term partnership with a prestigious institution, thereby fostering business growth and expanding their operational footprint in the asbestos services market.

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

Asbestos Works and Services

Notice Description

The University of Edinburgh requires an Estate wide asbestos works and services framework agreement for the provision of asbestos surveys, analytical services, removal and remediation works. This project will be divided into 5 lots. Lot 1 Surveying Central & Accommodation Lot 2 Surveying Kings Building & Med & Vets Lot 3 Analytical Central Accommodation Lot 4 Analytical Kings Building and Med & Vets Lot 5 Asbestos Removal & Remediation We will apply a two-stage Restricted Procedure. For each lot, bidders must self-certify adherence to selection criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage. Specific selection requirements are detailed in Section III of this Notice are the same for each lot unless otherwise indicated. When completing the ESPD, bidders must have regard for the specific requirements in this Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.

Lot Information

Lot 1 Surveying Central & Accommodation

Asbestos Survey and Analytical Services will include, but not be limited to: Management surveys; Refurbishment and Demolition surveys; Bulk sampling; Identification of asbestos by PLM; Air monitoring; Fibre counting; Clearance testing; SEM analysis; Density/Water Absorption Testing; Attendance to emergency situations; and the provision of expert professional advice. This procedure will be conducted via the Public Contracts Scotland-Tender (PCS-T) Portal. All queries must be made via the PCS-T messaging system. For further instructions, please refer to the ESPD Guidance document attached to this project in PCS-T. We will apply a two stage process: Stage 1 Pre-Qualification via the ESPD. The ESPD asks bidders general questions; when completing, bidders must have regard for the statements in this Notice that detail specific requirements. For each lot, bidders must: a) Pass the Minimum Standards in ESPD Sections 4A, 4B, and 4D in the PCS-T Qualification envelope. Statements for these questions can be found in Sections III.1.1, III.1.2, and III.1.3 ("Minimum level(s) of standards possibly required") of this Notice and are the same for all lots. b) Complete the scored ESPD Section 4C (Technical and Professional ability) found in the PCS-T Technical envelope. Statements for these questions can be found in Section III.1.3 ("List and brief description of selection criteria") of this Notice and are the same for all lots. Section 4C will be scored as per the scoring methodology detailed below. We will take the six highest scoring bidders, scoring 50 percent and above, through to the Invitation to Tender (ITT) stage and they will be invited to submit a tender. Where the number of bidders meeting the selection criteria is below the minimum number, the University may continue the procedure by inviting the candidates with the required capabilities. In any event the number of candidates invited shall be sufficient to ensure genuine competition. Stage 2 - Invitation to Tender (ITT) and submission of shortlisted bidder tender returns. These must be received no later than the date and time detailed within the ITT documentation. The ITT written quality questionnaire will be marked and a further mark for a pre-recorded site audit will be incorporated into the overall ITT quality score and the four highest ranked suppliers will be awarded on to the framework for Lot 1. Objective Criteria for Shortlisting - ESPD 4C question scoring methodology: 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. 2 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients Scored ESPD Section 4C question weighting: 4C.1.2 Experience (80 percent) and 4C.4 Supply Chain Management (20 percent).. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Lot 2 Surveying Kings Building & Med & Vets

Asbestos Survey and Analytical Services will include, but not be limited to: Management surveys; Refurbishment and Demolition surveys; Bulk sampling; Identification of asbestos by PLM; Air monitoring; Fibre counting; Clearance testing; SEM analysis; Density/Water Absorption Testing;Attendance to emergency situations; and the provision of expert professional advice. This procedure will be conducted via the Public Contracts Scotland-Tender (PCS-T) Portal. All queries must be made via the PCS-T messaging system. For further instructions, please refer to the ESPD Guidance document attached to this project in PCS-T. We will apply a two stage process: Stage 1 Pre-Qualification via the ESPD. The ESPD asks bidders general questions; when completing, bidders must have regard for the statements in this Notice that detail specific requirements. For each lot, bidders must: a) Pass the Minimum Standards in ESPD Sections 4A, 4B, and 4D in the PCS-T Qualification envelope. Statements for these questions can be found in Sections III.1.1, III.1.2, and III.1.3 ("Minimum level(s) of standards possibly required") of this Notice and are the same for all lots. b) Complete the scored ESPD Section 4C (Technical and Professional ability) found in the PCS-T Technical envelope. Statements for these questions can be found in Section III.1.3 ("List and brief description of selection criteria") of this Notice and are the same for all lots. Section 4C will be scored as per the scoring methodology detailed below. We will take the six highest scoring bidders, scoring 50 percent and above, through to the Invitation to Tender (ITT) stage and they will be invited to submit a tender. Where the number of bidders meeting the selection criteria is below the minimum number, the University may continue the procedure by inviting the candidates with the required capabilities. In any event the number of candidates invited shall be sufficient to ensure genuine competition. Stage 2 - Invitation to Tender (ITT) and submission of shortlisted bidder tender returns. These must be received no later than the date and time detailed within the ITT documentation. The ITT written quality questionnaire will be marked and a further mark for a pre-recorded site audit will be incorporated into the overall ITT quality score and the four highest ranked suppliers will be awarded on to the framework for Lot 2. Objective Criteria for Shortlisting - ESPD 4C question scoring methodology: 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. 2 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients Scored ESPD Section 4C question weighting: 4C.1.2 Experience (80 percent) and 4C.4 Supply Chain Management (20 percent).. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015

Lot 3 Analytical Central Accommodation

Asbestos Survey and Analytical Services will include, but not be limited to: Management surveys; Refurbishment and Demolition surveys; Bulk sampling; Identification of asbestos by PLM; Air monitoring; Fibre counting; Clearance testing; SEM analysis; Density/Water Absorption Testing; Attendance to emergency situations; and the provision of expert professional advice. This procedure will be conducted via the Public Contracts Scotland-Tender (PCS-T) Portal. All queries must be made via the PCS-T messaging system. For further instructions, please refer to the ESPD Guidance document attached to this project in PCS-T. We will apply a two stage process: Stage 1 Pre-Qualification via the ESPD. The ESPD asks bidders general questions; when completing, bidders must have regard for the statements in this Notice that detail specific requirements. For each lot, bidders must: a) Pass the Minimum Standards in ESPD Sections 4A, 4B, and 4D in the PCS-T Qualification envelope. Statements for these questions can be found in Sections III.1.1, III.1.2, and III.1.3 ("Minimum level(s) of standards possibly required") of this Notice and are the same for all lots. b) Complete the scored ESPD Section 4C (Technical and Professional ability) found in the PCS-T Technical envelope. Statements for these questions can be found in Section III.1.3 ("List and brief description of selection criteria") of this Notice and are the same for all lots. Section 4C will be scored as per the scoring methodology detailed below. We will take the six highest scoring bidders, scoring 50 percent and above, through to the Invitation to Tender (ITT) stage and they will be invited to submit a tender. Where the number of bidders meeting the selection criteria is below the minimum number, the University may continue the procedure by inviting the candidates with the required capabilities. In any event the number of candidates invited shall be sufficient to ensure genuine competition. Stage 2 - Invitation to Tender (ITT) and submission of shortlisted bidder tender returns. These must be received no later than the date and time detailed within the ITT documentation. The ITT written quality questionnaire will be marked and a further mark for a pre-recorded site audit will be incorporated into the overall ITT quality score and the four highest ranked suppliers will be awarded on to the framework for Lot 3. Objective Criteria for Shortlisting - ESPD 4C question scoring methodology: 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. 2 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients Scored ESPD Section 4C question weighting: 4C.1.2 Experience (80 percent) and 4C.4 Supply Chain Management (20 percent).. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015

Lot 4 Analytical Kings Building and Med & Vets

Asbestos Survey and Analytical Services will include, but not be limited to: Management surveys; Refurbishment and Demolition surveys; Bulk sampling; Identification of asbestos by PLM; Air monitoring; Fibre counting; Clearance testing; SEM analysis; Density/Water Absorption Testing; Attendance to emergency situations; and the provision of expert professional advice. This procedure will be conducted via the Public Contracts Scotland-Tender (PCS-T) Portal. All queries must be made via the PCS-T messaging system. For further instructions, please refer to the ESPD Guidance document attached to this project in PCS-T. We will apply a two stage process: Stage 1 Pre-Qualification via the ESPD. The ESPD asks bidders general questions; when completing, bidders must have regard for the statements in this Notice that detail specific requirements. For each lot, bidders must: a) Pass the Minimum Standards in ESPD Sections 4A, 4B, and 4D in the PCS-T Qualification envelope. Statements for these questions can be found in Sections III.1.1, III.1.2, and III.1.3 ("Minimum level(s) of standards possibly required") of this Notice and are the same for all lots. b) Complete the scored ESPD Section 4C (Technical and Professional ability) found in the PCS-T Technical envelope. Statements for these questions can be found in Section III.1.3 ("List and brief description of selection criteria") of this Notice and are the same for all lots. Section 4C will be scored as per the scoring methodology detailed below. We will take the six highest scoring bidders, scoring 50 percent and above, through to the Invitation to Tender (ITT) stage and they will be invited to submit a tender. Where the number of bidders meeting the selection criteria is below the minimum number, the University may continue the procedure by inviting the candidates with the required capabilities. In any event the number of candidates invited shall be sufficient to ensure genuine competition. Stage 2 - Invitation to Tender (ITT) and submission of shortlisted bidder tender returns. These must be received no later than the date and time detailed within the ITT documentation. The ITT written quality questionnaire will be marked and a further mark for a pre-recorded site audit will be incorporated into the overall ITT quality score and the four highest ranked suppliers will be awarded on to the framework for Lot 4. Objective Criteria for Shortlisting - ESPD 4C question scoring methodology: 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. 2 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients Scored ESPD Section 4C question weighting: 4C.1.2 Experience (80 percent) and 4C.4 Supply Chain Management (20 percent).. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015

Lot 5 Asbestos Removal & Remediation

Lot 5 Removal and Remediation Works will include, but not be limited to: Licenced asbestos removal work Non licenced asbestos removal work Notifiable non-licenced asbestos removal work Re-insulation and Reinstatement Attendance to emergency situations; and The provision of expert professional advice This procedure will be conducted via the Public Contracts Scotland-Tender (PCS-T) Portal. All queries must be made via the PCS-T messaging system. For further instructions, please refer to the ESPD Guidance document attached to this project in PCS-T. We will apply a two stage process: Stage 1 Pre-Qualification via the ESPD. The ESPD asks bidders general questions; when completing, bidders must have regard for the statements in this Notice that detail specific requirements. For each lot, bidders must: a) Pass the Minimum Standards in ESPD Sections 4A, 4B, and 4D in the PCS-T Qualification envelope. Statements for these questions can be found in Sections III.1.1, III.1.2, and III.1.3 ("Minimum level(s) of standards possibly required") of this Notice and are the same for all lots. b) Complete the scored ESPD Section 4C (Technical and Professional ability) found in the PCS-T Technical envelope. Statements for these questions can be found in Section III.1.3 ("List and brief description of selection criteria") of this Notice and are the same for all lots. Section 4C will be scored as per the scoring methodology detailed below. We will take the ten highest scoring bidders, scoring 50 percent and above, through to the Invitation to Tender (ITT) stage and they will be invited to submit a tender. Where the number of bidders meeting the selection criteria is below the minimum number, the University may continue the procedure by inviting the candidates with the required capabilities. In any event the number of candidates invited shall be sufficient to ensure genuine competition. Stage 2 - Invitation to Tender (ITT) and submission of shortlisted bidder tender returns. These must be received no later than the date and time detailed within the ITT documentation. The ITT written quality questionnaire will be marked and a further mark for a site audit will be incorporated into the overall ITT quality score and the six highest ranked suppliers will be awarded on to the framework for Lot 5. Objective Criteria for Shortlisting - ESPD 4C question scoring methodology: 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. 2 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients Scored ESPD Section 4C question weighting: 4C.1. Experience (80 percent) and 4C.4 Supply Chain Management (20 percent).. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000557778
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG423495
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

71 - Architectural, construction, engineering and inspection services

79 - Business services: law, marketing, consulting, recruitment, printing and security

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

45262660 - Asbestos-removal work

71355000 - Surveying services

79311300 - Survey analysis services

90650000 - Asbestos removal services

Notice Value(s)

Tender Value
£11,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£560,000 £500K-£1M

Notice Dates

Publication Date
3 Aug 20214 years ago
Submission Deadline
15 Jan 2019Expired
Future Notice Date
8 Oct 2018Expired
Award Date
2 Aug 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
This requirement may be tendered again once the framework expires in approximately four years.

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
UNIVERSITY OF EDINBURGH
Contact Name
Andrew Helmn, Fred Davidson
Contact Email
andrew.helmn@ed.ac.uk, c.m.brown@ed.ac.uk, fred.davidson@ed.ac.uk
Contact Phone
+44 1316502508, +44 1316509125, +44 1316509158

Buyer Location

Locality
EDINBURGH
Postcode
EH1 1HT
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM13 City of Edinburgh
Delivery Location
TLM75 City of Edinburgh

Local Authority
City of Edinburgh
Electoral Ward
City Centre
Westminster Constituency
Edinburgh East and Musselburgh

Supplier Information

Number of Suppliers
5
Supplier Names

EDP HSE CONSULTANTS

ENVIRONMENTAL ESSENTIALS

FRANKS PORTLOCK CONSULTING

LUCION ENVIRONMENTAL

SANTIA ASBESTOS MANAGEMENT

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP331781
    Asbestos Works and Services - This Prior Information Notice (PIN) is in relation to a new 4 year framework opportunity for the provision of Asbestos Services broken down into three separate service functions; 1. Analytical 2. Survey and 3. Removal and Remediation Services.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC339135
    Asbestos Works and Services - The University of Edinburgh requires an Estate wide asbestos works and services framework agreement for the provision of asbestos surveys, analytical services, removal and remediation works. This project will be divided into 5 lots. Lot 1 Surveying Central & Accommodation Lot 2 Surveying Kings Building & Med & Vets Lot 3 Analytical Central Accommodation Lot 4 Analytical Kings Building and Med & Vets Lot 5 Asbestos Removal & Remediation We will apply a two-stage Restricted Procedure. For each lot, bidders must self-certify adherence to selection criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage. Specific selection requirements are detailed in Section III of this Notice are the same for each lot unless otherwise indicated. When completing the ESPD, bidders must have regard for the specific requirements in this Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG423495
    Asbestos Works and Services - The University of Edinburgh requires an Estate wide asbestos works and services framework agreement for the provision of asbestos surveys, analytical services, removal and remediation works. This project will be divided into 5 lots. Lot 1 Surveying Central & Accommodation Lot 2 Surveying Kings Building & Med & Vets Lot 3 Analytical Central Accommodation Lot 4 Analytical Kings Building and Med & Vets Lot 5 Asbestos Removal & Remediation We will apply a two-stage Restricted Procedure. For each lot, bidders must self-certify adherence to selection criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage. Specific selection requirements are detailed in Section III of this Notice are the same for each lot unless otherwise indicated. When completing the ESPD, bidders must have regard for the specific requirements in this Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.

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-r6ebe6-0000557778-2021-08-03T00:00:00Z",
    "date": "2021-08-03T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000557778",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-2",
            "name": "University Of Edinburgh",
            "identifier": {
                "legalName": "University Of Edinburgh"
            },
            "address": {
                "streetAddress": "Charles Stewart House, 9-16 Chambers Street",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH1 1HT"
            },
            "contactPoint": {
                "name": "Fred Davidson",
                "email": "fred.davidson@ed.ac.uk",
                "telephone": "+44 1316509125",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Charitable body, registered in Scotland",
                        "scheme": "TED_CA_TYPE"
                    }
                ],
                "url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
            }
        },
        {
            "id": "org-36",
            "name": "University Of Edinburgh",
            "identifier": {
                "legalName": "University Of Edinburgh"
            },
            "address": {
                "streetAddress": "Charles Stewart House, 9-16 Chambers Street",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH1 1HT"
            },
            "contactPoint": {
                "name": "Andrew Helmn",
                "email": "andrew.helmn@ed.ac.uk",
                "telephone": "+44 1316509158",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Charitable body, registered in Scotland",
                        "scheme": "TED_CA_TYPE"
                    }
                ],
                "url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
            }
        },
        {
            "id": "org-16",
            "name": "University Of Edinburgh",
            "identifier": {
                "legalName": "University Of Edinburgh"
            },
            "address": {
                "streetAddress": "Charles Stewart House, 9-16 Chambers Street",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH1 1HT"
            },
            "contactPoint": {
                "email": "c.m.brown@ed.ac.uk",
                "telephone": "+44 1316502508",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
            }
        },
        {
            "id": "org-320",
            "name": "EDP HSE Consultants Ltd",
            "identifier": {
                "legalName": "EDP HSE Consultants Ltd"
            },
            "address": {
                "streetAddress": "Rainford Hall, Crank Road",
                "locality": "St Helens",
                "region": "UKD7",
                "postalCode": "WA11 7RP"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-321",
            "name": "Franks Portlock Consulting Limited",
            "identifier": {
                "legalName": "Franks Portlock Consulting Limited"
            },
            "address": {
                "streetAddress": "Unit 2b Hylton Park",
                "locality": "Sunderland",
                "region": "UKC",
                "postalCode": "SR5 3HD"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-322",
            "name": "Lucion Environmental Ltd",
            "identifier": {
                "legalName": "Lucion Environmental Ltd"
            },
            "address": {
                "streetAddress": "Unit 7 Halifax Court, Dunston",
                "locality": "Gateshead",
                "region": "UK",
                "postalCode": "NE11 9JT"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-323",
            "name": "Santia Asbestos Management Ltd",
            "identifier": {
                "legalName": "Santia Asbestos Management Ltd"
            },
            "address": {
                "streetAddress": "Axys House, Heol Crochendy, Parc Nantgarw, Nantgarw,",
                "locality": "Cardiff",
                "region": "UK",
                "postalCode": "CF15 7TW"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-324",
            "name": "Environmental Essentials Ltd",
            "identifier": {
                "legalName": "Environmental Essentials Ltd"
            },
            "address": {
                "streetAddress": "Unit 18,Evans Business Centre, Belgrave Street",
                "locality": "North Lanarkshire",
                "region": "UKM8",
                "postalCode": "ML4 3NP"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-15",
            "name": "Edinburgh Sheriff Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court"
            },
            "address": {
                "locality": "Edinburgh UK"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "University Of Edinburgh",
        "id": "org-16"
    },
    "planning": {
        "documents": [
            {
                "id": "SEP331781",
                "documentType": "plannedProcurementNotice",
                "title": "Asbestos Works and Services",
                "description": "This Prior Information Notice (PIN) is in relation to a new 4 year framework opportunity for the provision of Asbestos Services broken down into three separate service functions; 1. Analytical 2. Survey and 3. Removal and Remediation Services.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP331781",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "EC0825",
        "title": "Asbestos Works and Services",
        "description": "The University of Edinburgh requires an Estate wide asbestos works and services framework agreement for the provision of asbestos surveys, analytical services, removal and remediation works. This project will be divided into 5 lots. Lot 1 Surveying Central & Accommodation Lot 2 Surveying Kings Building & Med & Vets Lot 3 Analytical Central Accommodation Lot 4 Analytical Kings Building and Med & Vets Lot 5 Asbestos Removal & Remediation We will apply a two-stage Restricted Procedure. For each lot, bidders must self-certify adherence to selection criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage. Specific selection requirements are detailed in Section III of this Notice are the same for each lot unless otherwise indicated. When completing the ESPD, bidders must have regard for the specific requirements in this Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "90650000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71355000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Edinburgh"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "90650000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "79311300",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Edinburgh"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "id": "90650000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "3",
                "deliveryLocation": {
                    "description": "Edinburgh"
                }
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "id": "90650000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Edinburgh"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "id": "45262660",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Edinburgh"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "5"
            }
        ],
        "value": {
            "amount": 11000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "works",
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 Surveying Central & Accommodation",
                "description": "Asbestos Survey and Analytical Services will include, but not be limited to: Management surveys; Refurbishment and Demolition surveys; Bulk sampling; Identification of asbestos by PLM; Air monitoring; Fibre counting; Clearance testing; SEM analysis; Density/Water Absorption Testing; Attendance to emergency situations; and the provision of expert professional advice. This procedure will be conducted via the Public Contracts Scotland-Tender (PCS-T) Portal. All queries must be made via the PCS-T messaging system. For further instructions, please refer to the ESPD Guidance document attached to this project in PCS-T. We will apply a two stage process: Stage 1 Pre-Qualification via the ESPD. The ESPD asks bidders general questions; when completing, bidders must have regard for the statements in this Notice that detail specific requirements. For each lot, bidders must: a) Pass the Minimum Standards in ESPD Sections 4A, 4B, and 4D in the PCS-T Qualification envelope. Statements for these questions can be found in Sections III.1.1, III.1.2, and III.1.3 (\"Minimum level(s) of standards possibly required\") of this Notice and are the same for all lots. b) Complete the scored ESPD Section 4C (Technical and Professional ability) found in the PCS-T Technical envelope. Statements for these questions can be found in Section III.1.3 (\"List and brief description of selection criteria\") of this Notice and are the same for all lots. Section 4C will be scored as per the scoring methodology detailed below. We will take the six highest scoring bidders, scoring 50 percent and above, through to the Invitation to Tender (ITT) stage and they will be invited to submit a tender. Where the number of bidders meeting the selection criteria is below the minimum number, the University may continue the procedure by inviting the candidates with the required capabilities. In any event the number of candidates invited shall be sufficient to ensure genuine competition. Stage 2 - Invitation to Tender (ITT) and submission of shortlisted bidder tender returns. These must be received no later than the date and time detailed within the ITT documentation. The ITT written quality questionnaire will be marked and a further mark for a pre-recorded site audit will be incorporated into the overall ITT quality score and the four highest ranked suppliers will be awarded on to the framework for Lot 1. Objective Criteria for Shortlisting - ESPD 4C question scoring methodology: 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. 2 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients Scored ESPD Section 4C question weighting: 4C.1.2 Experience (80 percent) and 4C.4 Supply Chain Management (20 percent).. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "80"
                        },
                        {
                            "type": "price",
                            "description": "20"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "maximumCandidates": 6
                },
                "selectionCriteria": {
                    "description": "As per the information detailed within the contract notice and ESPD documentation: Scored ESPD Section 4C question weighting: 4C.1.2a Experience 30 percent 4C.1.2b Experience 30 percent 4C.1.2c Experience 20 percent 4C.4 Supply Chain 20 percent"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "2",
                "title": "Lot 2 Surveying Kings Building & Med & Vets",
                "description": "Asbestos Survey and Analytical Services will include, but not be limited to: Management surveys; Refurbishment and Demolition surveys; Bulk sampling; Identification of asbestos by PLM; Air monitoring; Fibre counting; Clearance testing; SEM analysis; Density/Water Absorption Testing;Attendance to emergency situations; and the provision of expert professional advice. This procedure will be conducted via the Public Contracts Scotland-Tender (PCS-T) Portal. All queries must be made via the PCS-T messaging system. For further instructions, please refer to the ESPD Guidance document attached to this project in PCS-T. We will apply a two stage process: Stage 1 Pre-Qualification via the ESPD. The ESPD asks bidders general questions; when completing, bidders must have regard for the statements in this Notice that detail specific requirements. For each lot, bidders must: a) Pass the Minimum Standards in ESPD Sections 4A, 4B, and 4D in the PCS-T Qualification envelope. Statements for these questions can be found in Sections III.1.1, III.1.2, and III.1.3 (\"Minimum level(s) of standards possibly required\") of this Notice and are the same for all lots. b) Complete the scored ESPD Section 4C (Technical and Professional ability) found in the PCS-T Technical envelope. Statements for these questions can be found in Section III.1.3 (\"List and brief description of selection criteria\") of this Notice and are the same for all lots. Section 4C will be scored as per the scoring methodology detailed below. We will take the six highest scoring bidders, scoring 50 percent and above, through to the Invitation to Tender (ITT) stage and they will be invited to submit a tender. Where the number of bidders meeting the selection criteria is below the minimum number, the University may continue the procedure by inviting the candidates with the required capabilities. In any event the number of candidates invited shall be sufficient to ensure genuine competition. Stage 2 - Invitation to Tender (ITT) and submission of shortlisted bidder tender returns. These must be received no later than the date and time detailed within the ITT documentation. The ITT written quality questionnaire will be marked and a further mark for a pre-recorded site audit will be incorporated into the overall ITT quality score and the four highest ranked suppliers will be awarded on to the framework for Lot 2. Objective Criteria for Shortlisting - ESPD 4C question scoring methodology: 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. 2 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients Scored ESPD Section 4C question weighting: 4C.1.2 Experience (80 percent) and 4C.4 Supply Chain Management (20 percent).. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "80"
                        },
                        {
                            "type": "price",
                            "description": "20"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "maximumCandidates": 6
                },
                "selectionCriteria": {
                    "description": "As per the information detailed within the contract notice and ESPD documentation: Scored ESPD Section 4C question weighting: 4C.1.2a Experience 30 percent 4C.1.2b Experience 30 percent 4C.1.2c Experience 20 percent 4C.4 Supply Chain 20 percent"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "3",
                "title": "Lot 3 Analytical Central Accommodation",
                "description": "Asbestos Survey and Analytical Services will include, but not be limited to: Management surveys; Refurbishment and Demolition surveys; Bulk sampling; Identification of asbestos by PLM; Air monitoring; Fibre counting; Clearance testing; SEM analysis; Density/Water Absorption Testing; Attendance to emergency situations; and the provision of expert professional advice. This procedure will be conducted via the Public Contracts Scotland-Tender (PCS-T) Portal. All queries must be made via the PCS-T messaging system. For further instructions, please refer to the ESPD Guidance document attached to this project in PCS-T. We will apply a two stage process: Stage 1 Pre-Qualification via the ESPD. The ESPD asks bidders general questions; when completing, bidders must have regard for the statements in this Notice that detail specific requirements. For each lot, bidders must: a) Pass the Minimum Standards in ESPD Sections 4A, 4B, and 4D in the PCS-T Qualification envelope. Statements for these questions can be found in Sections III.1.1, III.1.2, and III.1.3 (\"Minimum level(s) of standards possibly required\") of this Notice and are the same for all lots. b) Complete the scored ESPD Section 4C (Technical and Professional ability) found in the PCS-T Technical envelope. Statements for these questions can be found in Section III.1.3 (\"List and brief description of selection criteria\") of this Notice and are the same for all lots. Section 4C will be scored as per the scoring methodology detailed below. We will take the six highest scoring bidders, scoring 50 percent and above, through to the Invitation to Tender (ITT) stage and they will be invited to submit a tender. Where the number of bidders meeting the selection criteria is below the minimum number, the University may continue the procedure by inviting the candidates with the required capabilities. In any event the number of candidates invited shall be sufficient to ensure genuine competition. Stage 2 - Invitation to Tender (ITT) and submission of shortlisted bidder tender returns. These must be received no later than the date and time detailed within the ITT documentation. The ITT written quality questionnaire will be marked and a further mark for a pre-recorded site audit will be incorporated into the overall ITT quality score and the four highest ranked suppliers will be awarded on to the framework for Lot 3. Objective Criteria for Shortlisting - ESPD 4C question scoring methodology: 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. 2 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients Scored ESPD Section 4C question weighting: 4C.1.2 Experience (80 percent) and 4C.4 Supply Chain Management (20 percent).. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "80"
                        },
                        {
                            "type": "price",
                            "description": "20"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "maximumCandidates": 6
                },
                "selectionCriteria": {
                    "description": "As per the information detailed within the contract notice and ESPD documentation: Scored ESPD Section 4C question weighting: 4C.1.2a Experience 30 percent 4C.1.2b Experience 30 percent 4C.1.2c Experience 10 percent 4C.1.2d Experience 10 percent 4C.4 Supply Chain 20 percent"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "4",
                "title": "Lot 4 Analytical Kings Building and Med & Vets",
                "description": "Asbestos Survey and Analytical Services will include, but not be limited to: Management surveys; Refurbishment and Demolition surveys; Bulk sampling; Identification of asbestos by PLM; Air monitoring; Fibre counting; Clearance testing; SEM analysis; Density/Water Absorption Testing; Attendance to emergency situations; and the provision of expert professional advice. This procedure will be conducted via the Public Contracts Scotland-Tender (PCS-T) Portal. All queries must be made via the PCS-T messaging system. For further instructions, please refer to the ESPD Guidance document attached to this project in PCS-T. We will apply a two stage process: Stage 1 Pre-Qualification via the ESPD. The ESPD asks bidders general questions; when completing, bidders must have regard for the statements in this Notice that detail specific requirements. For each lot, bidders must: a) Pass the Minimum Standards in ESPD Sections 4A, 4B, and 4D in the PCS-T Qualification envelope. Statements for these questions can be found in Sections III.1.1, III.1.2, and III.1.3 (\"Minimum level(s) of standards possibly required\") of this Notice and are the same for all lots. b) Complete the scored ESPD Section 4C (Technical and Professional ability) found in the PCS-T Technical envelope. Statements for these questions can be found in Section III.1.3 (\"List and brief description of selection criteria\") of this Notice and are the same for all lots. Section 4C will be scored as per the scoring methodology detailed below. We will take the six highest scoring bidders, scoring 50 percent and above, through to the Invitation to Tender (ITT) stage and they will be invited to submit a tender. Where the number of bidders meeting the selection criteria is below the minimum number, the University may continue the procedure by inviting the candidates with the required capabilities. In any event the number of candidates invited shall be sufficient to ensure genuine competition. Stage 2 - Invitation to Tender (ITT) and submission of shortlisted bidder tender returns. These must be received no later than the date and time detailed within the ITT documentation. The ITT written quality questionnaire will be marked and a further mark for a pre-recorded site audit will be incorporated into the overall ITT quality score and the four highest ranked suppliers will be awarded on to the framework for Lot 4. Objective Criteria for Shortlisting - ESPD 4C question scoring methodology: 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. 2 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients Scored ESPD Section 4C question weighting: 4C.1.2 Experience (80 percent) and 4C.4 Supply Chain Management (20 percent).. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "80"
                        },
                        {
                            "type": "price",
                            "description": "20"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "maximumCandidates": 6
                },
                "selectionCriteria": {
                    "description": "As per the information detailed within the contract notice and ESPD documentation: Scored ESPD Section 4C question weighting: 4C.1.2a Experience 30 percent 4C.1.2b Experience 30 percent 4C.1.2c Experience 10 percent 4C.1.2d Experience 10 percent 4C.4 Supply Chain 20 percent"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "5",
                "title": "Lot 5 Asbestos Removal & Remediation",
                "description": "Lot 5 Removal and Remediation Works will include, but not be limited to: Licenced asbestos removal work Non licenced asbestos removal work Notifiable non-licenced asbestos removal work Re-insulation and Reinstatement Attendance to emergency situations; and The provision of expert professional advice This procedure will be conducted via the Public Contracts Scotland-Tender (PCS-T) Portal. All queries must be made via the PCS-T messaging system. For further instructions, please refer to the ESPD Guidance document attached to this project in PCS-T. We will apply a two stage process: Stage 1 Pre-Qualification via the ESPD. The ESPD asks bidders general questions; when completing, bidders must have regard for the statements in this Notice that detail specific requirements. For each lot, bidders must: a) Pass the Minimum Standards in ESPD Sections 4A, 4B, and 4D in the PCS-T Qualification envelope. Statements for these questions can be found in Sections III.1.1, III.1.2, and III.1.3 (\"Minimum level(s) of standards possibly required\") of this Notice and are the same for all lots. b) Complete the scored ESPD Section 4C (Technical and Professional ability) found in the PCS-T Technical envelope. Statements for these questions can be found in Section III.1.3 (\"List and brief description of selection criteria\") of this Notice and are the same for all lots. Section 4C will be scored as per the scoring methodology detailed below. We will take the ten highest scoring bidders, scoring 50 percent and above, through to the Invitation to Tender (ITT) stage and they will be invited to submit a tender. Where the number of bidders meeting the selection criteria is below the minimum number, the University may continue the procedure by inviting the candidates with the required capabilities. In any event the number of candidates invited shall be sufficient to ensure genuine competition. Stage 2 - Invitation to Tender (ITT) and submission of shortlisted bidder tender returns. These must be received no later than the date and time detailed within the ITT documentation. The ITT written quality questionnaire will be marked and a further mark for a site audit will be incorporated into the overall ITT quality score and the six highest ranked suppliers will be awarded on to the framework for Lot 5. Objective Criteria for Shortlisting - ESPD 4C question scoring methodology: 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. 2 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients Scored ESPD Section 4C question weighting: 4C.1. Experience (80 percent) and 4C.4 Supply Chain Management (20 percent).. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "80"
                        },
                        {
                            "type": "price",
                            "description": "20"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "maximumCandidates": 10
                },
                "selectionCriteria": {
                    "description": "As per the information detailed within the contract notice and ESPD documentation: Scored ESPD Section 4C question weighting: 4C.1a Experience 25 percent 4C.1b Experience 25 percent 4C.1c Experience 10 percent 4C.1d Experience 20 percent 4C.4 Supply Chain 20 percent"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            }
        ],
        "communication": {
            "atypicalToolUrl": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
            "futureNoticeDate": "2018-10-08T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "classification": {
            "id": "45262660",
            "scheme": "CPV"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-01-15T12:00:00Z"
        },
        "documents": [
            {
                "id": "DEC339135",
                "documentType": "contractNotice",
                "title": "Asbestos Works and Services",
                "description": "The University of Edinburgh requires an Estate wide asbestos works and services framework agreement for the provision of asbestos surveys, analytical services, removal and remediation works. This project will be divided into 5 lots. Lot 1 Surveying Central & Accommodation Lot 2 Surveying Kings Building & Med & Vets Lot 3 Analytical Central Accommodation Lot 4 Analytical Kings Building and Med & Vets Lot 5 Asbestos Removal & Remediation We will apply a two-stage Restricted Procedure. For each lot, bidders must self-certify adherence to selection criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage. Specific selection requirements are detailed in Section III of this Notice are the same for each lot unless otherwise indicated. When completing the ESPD, bidders must have regard for the specific requirements in this Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC339135",
                "format": "text/html"
            },
            {
                "id": "AUG423495",
                "documentType": "awardNotice",
                "title": "Asbestos Works and Services",
                "description": "The University of Edinburgh requires an Estate wide asbestos works and services framework agreement for the provision of asbestos surveys, analytical services, removal and remediation works. This project will be divided into 5 lots. Lot 1 Surveying Central & Accommodation Lot 2 Surveying Kings Building & Med & Vets Lot 3 Analytical Central Accommodation Lot 4 Analytical Kings Building and Med & Vets Lot 5 Asbestos Removal & Remediation We will apply a two-stage Restricted Procedure. For each lot, bidders must self-certify adherence to selection criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage. Specific selection requirements are detailed in Section III of this Notice are the same for each lot unless otherwise indicated. When completing the ESPD, bidders must have regard for the specific requirements in this Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG423495",
                "format": "text/html"
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "As detailed within the ITT documents."
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2019-02-08T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "ESPD 4A.2 Statement Where it is required within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships. Lots 1-4 - United Kingdom Accreditation Service (UKAS) Lots 1 & 2: UKAS accreditation, ISO 17020, for: Sampling of bulk materials for asbestos identification Identification of asbestos in bulk materials Surveying for asbestos in premises (Management and Refurbishment/Demolition Survey) Lot 3 & 4: UKAS accreditation, ISO 17025, for: Sampling of air for fibre counting Fibre Counting 4 Stage Clearance Process Lots 1-4: Counting and identification of asbestos fibres in air and bulk materials using SEM. Bidders must confirm if they hold the particular authorisation or memberships. Lot 5 - Health and Safety Executive (HSE) Lot 5: A full unrestricted licence from HSE for asbestos removal"
                },
                {
                    "type": "economic",
                    "description": "ESPD 4B.1.1 Statement Lot 1 - Bidders will be required to have a minimum \"general\" yearly turnover of 170 thousand GBP for the last 3 years. Lot 2 - Bidders will be required to have a minimum \"general\" yearly turnover of 170 thousand GBP for the last 3 years. Lot 3 - Bidders will be required to have a minimum \"general\" yearly turnover of 110 thousand GBP for the last 3 years. Lot 4 - Bidders will be required to have a minimum \"general\" yearly turnover of 110 thousand GBP for the last 3 years. Lot 5 - Bidders will be required to have a minimum \"general\" yearly turnover of 4.648 million GBP for the last 3 years. If the Bidder is bidding for two or more Lots, the minimum \"general\" yearly turnover will be an accumulation of the Lots bid for. ESPD 4B.3 Statement 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/started trading. ESPD 4B.5.1 and 4B.5.2 Statements 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: Minimum Insurance Levels Lot 1, 2 3 and 4 Asbestos Survey and Analytical Services Employer's Liability 10,000,000 GBP Public Liability Insurance 10,000,000 GBP Professional Indemnity 2,000,000 GBP Minimum Insurance Levels Lot 5 Asbestos Removal Employer's Liability 10,000,000 GBP Public Liability Insurance 10,000,000 GBP Professional Indemnity N/A 4B.6 Statement 2: Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations. Bidders must be able to provide upon request, their 3 most recent sets of annual audited accounts, including profit and loss information, and the following ratios: - Current Ratio - Quick Ratio - Debtors Turnover Ratio - Return on Assets - Working Capital - Debt to Equity Ratio - Gross Profit Ratio A review of your ratios and audited accounts may be undertaken. In some cases this review may lead to an additional request for further financial information to help clarify any potential issues raised.This information may be used to assess financial sustainability."
                },
                {
                    "type": "technical",
                    "description": "DUE TO THE MAXIMUM WORD AND CHARACTER RESTRICTIONS PLACES WITHIN THE PCS CONTRACT NOTICE, IT IS NOT POSSIBLE TO PROVIDE A LIST AND BRIEF DESCRIPTION OF THE SELECTION CRITERIA FOR ALL LOTS 1 TO 5 HERE. YOU ARE ADVISED TO REFER TO THE SELECTION CRITERIA AS STATED IN THE PROCUREMENT DOCUMENTS",
                    "minimum": "ESPD 4C.6 Statement It is a requirement that the service provider or the contractor itself shall hold the following minimum relevant educational and professional qualifications( or equivalent). Please note a \"No\" response may result in your bid being rejected. Lot 1 and 2 - Project Manager - BOHS Certificate of Cempetence (Asbestos ) Lead Surveyors: P402 plus minimum 4 years experience of surveying large public buildings. Assistant Surveyors: P402 plus minimum 2 years experience of surveying large public buildings Lots 3 and 4 - Project Manager - BOHS Certificate of Competence (Asbestos ) Site Analyst - BOHS P403 plus P404 plus minimum of 2 years' site experience Lot 5 - Contracts Manager: ARCA (Asbestos) Licensed Contractor Management ARCA (Asbestos) Risk Assessment & Plan Of Work, SMSTS Site Management Safety Training Scheme, IOSH Managing Safely Supervisor: ARCA Level 3 NVQ Supervisors Quality Assurance Schemes and Environmental Management Standards For ALL Lots: 4D.1 Statement 2: Health & 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, within 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. 4D.1.1 Statement 2: 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, within 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: Equivalent, regularly reviewed and documented policy and procedures for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. Note - Organisations with fewer than five employees are not required by law to have a documented policy statement. LOT 5 ONLY: 4D.1 Statement 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). 4D.1.1 Statement 1: If the bidder does not hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), The bidder must have the following: Equivalent, documented policy and procedures regarding quality management, endorsed by the Chief Executive Officer, or equivalent. 4D.1 Statement 3: Onsite welfare. The bidder must have documented arrangements for ensuring that on-site welfare provision meets legal requirements and the needs/expectations of the bidder's employees. This must demonstrate that suitable welfare facilities will be in place before starting work on site, whether provided by site specific arrangements or the bidder's own organisational measures. ESPD 4D.2 Statement: The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate ESPD 4D.2.1 Statement: If the bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, then the bidder must have the following: Equivalent, regularly reviewed documented policy and procedures regarding environmental management, authorised by the Chief Executive, or equivalent"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 270
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 14
            }
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "This requirement may be tendered again once the framework expires in approximately four years."
        }
    },
    "language": "EN",
    "description": "2A.17 If the bidder is participating in the procurement procedure together with others as part of a group, consortium, joint venture or similar arrangement, the bidder must answer \"yes\" and complete the supplier response form attached to section 2A.17.4 2C.1 If the bidder is to rely on the capacities of other suppliers in order to meet the selection criteria set out under Part 4 and the criteria and rules (if any) set out under Part 5 (if included) the bidders should answer 'yes'and the suppliers must complete the first three sections of the ESPD supplier response form to section 2C.1.1. Any selection criteria response from ESPD section 4 that they fulfil on behalf of the main bidder should be clearly labelled with the suppliers name and submitted as part of the main submission. 2D.1 If the bidder expects to subcontract to parties which they will not rely on to meet the selection criteria (as listed in the contract notice and ESPD section 4), they should answer 'yes' and, as far as known, list these entities. You will not need to submit the supplier response form on their behalf at this stage, but must submit it with the first three sections completed at any stage upon request. Sustainable Procurement: The University will include consideration of sustainability in this procurement, including requesting information from bidders of what Fair Work Practices they have in place, which will include consideration of the Living Wage. The University may also include consideration of what practices bidders will commit to monitor and reduce their carbon footprint. Detailed information will be contained within our invitation to tender (ITT) documentation, and may include confirmation of compliance with the APUC Supply Chain Code of Conduct and invitation to the Sustain assessment programme. Living Wage: The University of Edinburgh has Living Wage Accreditation and is committed to promoting fair and reasonable remuneration. The University expects this for all workers involved in the delivery of our contracts, including at least the Living Wage for UK-based workers (currently 9.50 GBP per hour according to the Living Wage Foundation, see www.livingwage.org.uk). In addition to consideration of Fair Work Practices, a non-scored Living Wage question will be included within our invitation to tender (ITT) documentation. Modern Slavery, Blacklisting Equalities Act Bidders and subcontractors engaged in the delivery of this contract may be excluded if they have not met applicable social, environmental and labour obligations under national, EU, and international law (as indicated in ESPD section 3D). Without prejudice to any additional relevant duties, suppliers should note that this includes obligations for certain organisations under: -the Modern Slavery Act 2015 (available at http://www.legislation.gov.uk/ukpga/2015/30/contents/enacted), -the ILO conventions and other measures listed in Annex X of Directive 2014/24/EU (available at http://eur-lex.europa.eu/legal-content/EN/TXT/HTML/?uri=CELEX:32014L0024&from=EN) -the Equality Act 2010 (available at https://www.legislation.gov.uk/ukpga/2010/15/contents) -the Employment Relations Act 1999 (Blacklists) Regulations 2010 (http://www.legislation.gov.uk/uksi/2010/493/contents/made) - this is grounds for mandatory exclusion or termination at any procurement or contract stage. At any stage, bidders and/or relevant subcontractors may be required to provide statements and means of proof demonstrating their compliance with these obligations or the reliability of their self-cleansing measures, including the annual statement as provided for by section 54 of the Modern Slavery Act for organisations with a turnover of 36,000,000 GBP or over. Main Contract Type and T&Cs:JCT FA 2016 Framework Agreement . Underlying contract: Lot 1 - 4 University of Edinburgh Standard Terms and Conditions Relating to the Purchase of Goods and Services. (SC Ref:662592)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000557778"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000557778"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000557778"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 235-536512"
        }
    ],
    "awards": [
        {
            "id": "EC0825-1",
            "title": "Lot 1 Surveying Central & Accommodation",
            "suppliers": [
                {
                    "id": "org-320",
                    "name": "EDP HSE Consultants Ltd"
                },
                {
                    "id": "org-321",
                    "name": "Franks Portlock Consulting Limited"
                },
                {
                    "id": "org-322",
                    "name": "Lucion Environmental Ltd"
                },
                {
                    "id": "org-323",
                    "name": "Santia Asbestos Management Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        },
        {
            "id": "EC0825-2",
            "title": "Lot 2 Surveying Kings Building & Med & Vets",
            "suppliers": [
                {
                    "id": "org-320",
                    "name": "EDP HSE Consultants Ltd"
                },
                {
                    "id": "org-321",
                    "name": "Franks Portlock Consulting Limited"
                },
                {
                    "id": "org-322",
                    "name": "Lucion Environmental Ltd"
                },
                {
                    "id": "org-323",
                    "name": "Santia Asbestos Management Ltd"
                }
            ],
            "relatedLots": [
                "2"
            ]
        },
        {
            "id": "EC0825-3",
            "title": "Lot 3 Analytical Central Accommodation",
            "suppliers": [
                {
                    "id": "org-320",
                    "name": "EDP HSE Consultants Ltd"
                },
                {
                    "id": "org-324",
                    "name": "Environmental Essentials Ltd"
                },
                {
                    "id": "org-322",
                    "name": "Lucion Environmental Ltd"
                },
                {
                    "id": "org-323",
                    "name": "Santia Asbestos Management Ltd"
                }
            ],
            "relatedLots": [
                "3"
            ]
        },
        {
            "id": "EC0825-4",
            "title": "Lot 4 Analytical Kings Building and Med & Vets",
            "suppliers": [
                {
                    "id": "org-323",
                    "name": "Santia Asbestos Management Ltd"
                },
                {
                    "id": "org-322",
                    "name": "Lucion Environmental Ltd"
                },
                {
                    "id": "org-324",
                    "name": "Environmental Essentials Ltd"
                },
                {
                    "id": "org-320",
                    "name": "EDP HSE Consultants Ltd"
                }
            ],
            "relatedLots": [
                "4"
            ]
        }
    ],
    "contracts": [
        {
            "id": "EC0825-1",
            "awardID": "EC0825-1",
            "title": "Lot 1 Surveying Central & Accommodation",
            "status": "active",
            "value": {
                "amount": 340000,
                "currency": "GBP"
            },
            "dateSigned": "2021-08-02T00:00:00Z"
        },
        {
            "id": "EC0825-2",
            "awardID": "EC0825-2",
            "title": "Lot 2 Surveying Kings Building & Med & Vets",
            "status": "active",
            "value": {
                "amount": 340000,
                "currency": "GBP"
            },
            "dateSigned": "2021-08-02T00:00:00Z"
        },
        {
            "id": "EC0825-3",
            "awardID": "EC0825-3",
            "title": "Lot 3 Analytical Central Accommodation",
            "status": "active",
            "value": {
                "amount": 220000,
                "currency": "GBP"
            },
            "dateSigned": "2021-08-02T00:00:00Z"
        },
        {
            "id": "EC0825-4",
            "awardID": "EC0825-4",
            "title": "Lot 4 Analytical Kings Building and Med & Vets",
            "status": "active",
            "value": {
                "amount": 220000,
                "currency": "GBP"
            },
            "dateSigned": "2021-08-02T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "753",
                "measure": "bids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "754",
                "measure": "smeBids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "755",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "756",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "757",
                "measure": "electronicBids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "758",
                "measure": "bids",
                "value": 4,
                "relatedLot": "2"
            },
            {
                "id": "759",
                "measure": "smeBids",
                "value": 4,
                "relatedLot": "2"
            },
            {
                "id": "760",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "2"
            },
            {
                "id": "761",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "2"
            },
            {
                "id": "762",
                "measure": "electronicBids",
                "value": 4,
                "relatedLot": "2"
            },
            {
                "id": "763",
                "measure": "bids",
                "value": 4,
                "relatedLot": "3"
            },
            {
                "id": "764",
                "measure": "smeBids",
                "value": 4,
                "relatedLot": "3"
            },
            {
                "id": "765",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "3"
            },
            {
                "id": "766",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "3"
            },
            {
                "id": "767",
                "measure": "electronicBids",
                "value": 4,
                "relatedLot": "3"
            },
            {
                "id": "768",
                "measure": "bids",
                "value": 4,
                "relatedLot": "4"
            },
            {
                "id": "769",
                "measure": "smeBids",
                "value": 4,
                "relatedLot": "4"
            },
            {
                "id": "770",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "4"
            },
            {
                "id": "771",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "4"
            },
            {
                "id": "772",
                "measure": "electronicBids",
                "value": 4,
                "relatedLot": "4"
            }
        ]
    }
}