Award

Wayfinding Infrastructure & Associated Advertising

GLASGOW CITY COUNCIL

This public procurement record has 5 releases in its history.

Award

11 May 2020 at 00:00

TenderUpdate

14 Aug 2019 at 00:00

TenderUpdate

12 Aug 2019 at 00:00

Tender

08 Aug 2019 at 00:00

Planning

09 Apr 2019 at 00:00

Summary of the contracting process

Glasgow City Council is seeking a concessionaire for "Wayfinding Infrastructure & Associated Advertising", a service contract aimed at enhancing the wayfinding systems across Glasgow while generating commercial advertising income. This procurement process is currently in the award stage, with the contract having been signed on 21 April 2020, valued at approximately £5.75 million. The buyer is based in Glasgow, with contact person David Dougan available for inquiries at +44 1412876424.

This contract presents significant opportunities for businesses specialising in infrastructure development, advertising solutions, and urban planning. Companies that have experience in delivering similar large-scale public service projects, with an emphasis on community benefits and environmental standards, are particularly suited for this tender. The contract’s duration is expected to last up to ten years, allowing for sustained collaboration and revenue potential in the Glasgow area.

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

Wayfinding Infrastructure & Associated Advertising

Notice Description

This is a Service Concession contract and follows the Concession Contracts Directive 2014/23/EU. The Council seeks to appoint a concessionaire able to deliver a Wayfinding Infrastructure and Associated Advertising contract. The improved advertisement and wayfinding scheme will ensure that Glasgow City Council has an operational and well-maintained Wayfinding Infrastructure across the city, whilst yielding a commercial advertising income.

Lot Information

Lot 1

This is a Service Concession contract and follows the Concession Contracts Directive 2014/23/EU. The duration of this contract will be a maximum of 10 years. The Council seeks to appoint a concessionaire able to deliver a Wayfinding Infrastructure and Associated Advertising Contract. The improved advertisement and wayfinding scheme will ensure that Glasgow City Council has an operational and well-maintained Wayfinding Infrastructure across the city, whilst yielding a commercial advertising income.. Economic operators may be excluded from this project if they are in any of the situations referred to in regulation 40 of the Concession Contracts (Scotland) Regulations 2016

Renewal: option to extend initial 8 years for up to a further 2 years

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000579904
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386643
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

79341000 - Advertising services

79341200 - Advertising management services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£5,754,670 £1M-£10M

Notice Dates

Publication Date
11 May 20205 years ago
Submission Deadline
20 Sep 2019Expired
Future Notice Date
28 May 2019Expired
Award Date
21 Apr 20205 years ago
Contract Period
Not specified - Not specified
Recurrence
January 2027

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
David Dougan, Fiona McInnes
Contact Email
corporateprocurement@glasgow.gov.uk, david.dougan@glasgow.gov.uk, fiona.mcinnes@glasgow.gov.uk
Contact Phone
+44 1412876403, +44 1412876424, +44 1412876442

Buyer Location

Locality
GLASGOW
Postcode
G2 1DU
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM82 Glasgow City

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North East

Supplier Information

Number of Suppliers
1
Supplier Name

CLEAR CHANNEL

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR351045
    Wayfinding Infrastructure & Associated Advertising - This is a Service Concession contract and follows the Concession Contracts Directive 2014/23/EU. The Council seeks to appoint a concessionaire able to deliver a Wayfinding Infrastructure and Associated Advertising contract. The improved advertisement and wayfinding scheme will ensure that Glasgow City Council has an operational and well-maintained Wayfinding Infrastructure across the city, whilst yielding a commercial advertising income.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG362796
    Wayfinding Infrastructure & Associated Advertising - This is a Service Concession contract and follows the Concession Contracts Directive 2014/23/EU. The Council seeks to appoint a concessionaire able to deliver a Wayfinding Infrastructure and Associated Advertising contract. The improved advertisement and wayfinding scheme will ensure that Glasgow City Council has an operational and well-maintained Wayfinding Infrastructure across the city, whilst yielding a commercial advertising income.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386643
    Wayfinding Infrastructure & Associated Advertising - This is a Service Concession contract and follows the Concession Contracts Directive 2014/23/EU. The Council seeks to appoint a concessionaire able to deliver a Wayfinding Infrastructure and Associated Advertising contract. The improved advertisement and wayfinding scheme will ensure that Glasgow City Council has an operational and well-maintained Wayfinding Infrastructure across the city, whilst yielding a commercial advertising income.

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-r6ebe6-0000579904-2020-05-11T00:00:00Z",
    "date": "2020-05-11T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000579904",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-15",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "name": "Fiona McInnes",
                "email": "fiona.mcinnes@glasgow.gov.uk",
                "telephone": "+44 1412876442",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.glasgow.gov.uk"
            }
        },
        {
            "id": "org-37",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "email": "corporateprocurement@glasgow.gov.uk",
                "telephone": "+44 1412876403",
                "faxNumber": "+44 1412879399"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ]
            }
        },
        {
            "id": "org-9",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "email": "corporateprocurement@glasgow.gov.uk",
                "telephone": "+44 1412876403",
                "faxNumber": "+44 1412879399"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "org-154",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "name": "David Dougan",
                "email": "david.dougan@glasgow.gov.uk",
                "telephone": "+44 1412876424",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.glasgow.gov.uk"
            }
        },
        {
            "id": "org-155",
            "name": "Clear Channel UK Ltd",
            "identifier": {
                "legalName": "Clear Channel UK Ltd"
            },
            "address": {
                "streetAddress": "33 Golden Square",
                "locality": "London",
                "region": "UKI",
                "postalCode": "W1F 9JT"
            },
            "contactPoint": {
                "telephone": "+44 2074782272"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-156",
            "name": "Glasgow Sheriff Court & Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court & Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "PO BOX 23, I Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "email": "glasgow@scotcourts.gov.uk",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-154"
    },
    "planning": {
        "documents": [
            {
                "id": "APR351045",
                "documentType": "plannedProcurementNotice",
                "title": "Wayfinding Infrastructure & Associated Advertising",
                "description": "This is a Service Concession contract and follows the Concession Contracts Directive 2014/23/EU. The Council seeks to appoint a concessionaire able to deliver a Wayfinding Infrastructure and Associated Advertising contract. The improved advertisement and wayfinding scheme will ensure that Glasgow City Council has an operational and well-maintained Wayfinding Infrastructure across the city, whilst yielding a commercial advertising income.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR351045",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "GCC004171CPU",
        "title": "Wayfinding Infrastructure & Associated Advertising",
        "description": "This is a Service Concession contract and follows the Concession Contracts Directive 2014/23/EU. The Council seeks to appoint a concessionaire able to deliver a Wayfinding Infrastructure and Associated Advertising contract. The improved advertisement and wayfinding scheme will ensure that Glasgow City Council has an operational and well-maintained Wayfinding Infrastructure across the city, whilst yielding a commercial advertising income.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "79341200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "UK, Glasgow"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "mainProcurementCategory": "services",
        "lots": [
            {
                "id": "1",
                "description": "This is a Service Concession contract and follows the Concession Contracts Directive 2014/23/EU. The duration of this contract will be a maximum of 10 years. The Council seeks to appoint a concessionaire able to deliver a Wayfinding Infrastructure and Associated Advertising Contract. The improved advertisement and wayfinding scheme will ensure that Glasgow City Council has an operational and well-maintained Wayfinding Infrastructure across the city, whilst yielding a commercial advertising income.. Economic operators may be excluded from this project if they are in any of the situations referred to in regulation 40 of the Concession Contracts (Scotland) Regulations 2016",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Fair Work Practices",
                            "description": "5"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "option to extend initial 8 years for up to a further 2 years"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2019-05-28T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "classification": {
            "id": "79341000",
            "scheme": "CPV"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.publictendersscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-09-20T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-09-20T12:00:00Z"
        },
        "documents": [
            {
                "id": "AUG362796",
                "documentType": "contractNotice",
                "title": "Wayfinding Infrastructure & Associated Advertising",
                "description": "This is a Service Concession contract and follows the Concession Contracts Directive 2014/23/EU. The Council seeks to appoint a concessionaire able to deliver a Wayfinding Infrastructure and Associated Advertising contract. The improved advertisement and wayfinding scheme will ensure that Glasgow City Council has an operational and well-maintained Wayfinding Infrastructure across the city, whilst yielding a commercial advertising income.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG362796",
                "format": "text/html"
            },
            {
                "id": "MAY386643",
                "documentType": "awardNotice",
                "title": "Wayfinding Infrastructure & Associated Advertising",
                "description": "This is a Service Concession contract and follows the Concession Contracts Directive 2014/23/EU. The Council seeks to appoint a concessionaire able to deliver a Wayfinding Infrastructure and Associated Advertising contract. The improved advertisement and wayfinding scheme will ensure that Glasgow City Council has an operational and well-maintained Wayfinding Infrastructure across the city, whilst yielding a commercial advertising income.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386643",
                "format": "text/html"
            }
        ],
        "bidOpening": {
            "date": "2019-09-20T12:00:00Z",
            "address": {
                "streetAddress": "UK, Glasgow"
            }
        },
        "contractTerms": {
            "performanceTerms": "KPIs as stated in the Invitation To Tender document"
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:- There is a minimum financial requirement that affects trading performance and Liquidity. Financial requirements should be calculated on latest filed accounts with Company House For non-UK Companies, ratios should be calculated on information contained in most recent audited accounts Trading Performance An overall positive outcome on pre tax profits over a 3 year period Exceptional items can be excluded from the calculation. The above would be expressed in the ratio Pre-Tax Profit/Turnover Balance Sheet strength Net worth of the organisation must be positive Intangibles can be included for purposes of the Total Assets figure. The above would be expressed in the ratio Total Assets/Total Liabilities Applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading. Applicants who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. The successful concessionaire will be required to provide the last 3 years of fully audited accounts at Company House, in order to provide documentary evidence that the financial requirements have been met which shall be requested via a Request for Documentation on PCS-T.",
                    "minimum": "The concessionaire shall take out and maintain throughout the period of their services Employer's Liability insurance to the value of at least TEN MILLION (10,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period. The concessionaire shall take out and maintain throughout the period of their services Public Liability Insurance to the value of at least FIVE MILLION POUNDS STERLING (5,000,000) in respect of any one claim and unlimited in the period including Pollution and Contamination cover (sudden and unforeseen) and in the aggregate. Please note that Pollution has been added as an extension to Public Liability because new infrastructure will be installed as part of this contract and in order to do this, excavation works (although minimal) could be required during the installation. The concessionaire shall take out and maintain throughout the period of their services Products Liability insurance to the value of at least FIVE MILLION (5,000,000) POUNDS STERLING in respect of any one claim and in the aggregate. The concessionaire shall take out and maintain throughout the period of their services and for a further 2 years on completion of their service, Professional Indemnity insurance to the value of a minimum FIVE MILLION (5,000,000) POUNDS STERLING in respect of any one claim and in the aggregate."
                },
                {
                    "type": "technical",
                    "description": "Please note that we are allowing examples carried out during the last SEVEN years instead of three years as stipulated in the online ESPDS question. At least one example should be within the last 5 years and ideally, one example should be from the public sector. Relevant examples should demonstrate the provision of services of a similar size, scale and nature as that described in the Invitation To Tender. As part of your response please provide as a minimum the following: name of the client, budget, programme duration & completion date (if applicable) name(s) of key sub-contractors and / or specialist sub-contractors A brief project description, together with the teams' role in its delivery; defining the key roles over the service provision The stage of the project, the team's role commenced Approach taken in delivery of the example project services; demonstrating successful management and implementation of the key roles, comparable with those required of this commission, and identifying how project constraints and challenges were addressed, and how project objectives and aspirations were met. Examples from both public and/or private sector customers and clients may be provided. Response to this question should not exceed 2000 words per example to be provided on A4, Arial font 11."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "reviewDetails": "Glasgow City Council (\"the council\") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means he period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\"The Regulations\"). The Council is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sherriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.",
        "hasRecurrence": true,
        "recurrence": {
            "description": "January 2027"
        },
        "amendments": [
            {
                "id": "amd-18",
                "description": "notice published beyond anticipated dateline",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2019-09-20T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2019-09-23T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2019-09-20T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2019-09-23T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            },
            {
                "id": "amd-16",
                "description": "extension request granted",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2019-09-23T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2019-10-21T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2019-09-23T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2019-10-21T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "description": "Re ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; applicants must hold the certificates for Quality Control and Environmental Management Standards or comply with all the questions noted in ESPD Section 4D. Please refer to the 'ESPD Statements Document' uploaded to the buyers attachment area on PCS-T. Health & Safety Questionnaire - the H&S questionnaire located in the buyers attachment area must be completed in full and uploaded in the Qualification Envelope. Freedom of Information Act -- Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI certificate (NB the council does not bind itself to withhold this information). Tenderers Amendments -- Applicants must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Applicants will be required to complete the tenderers amendment certificate. Prompt Payment -- The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors, if any. Applicants will be required to complete the prompt payment certificate. Non Collusion -- Applicants will be required to complete the Non Collusion certificate. Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, contained in the buyers attachments area within the PCS Tender portal authorising the Council to request copies of insurance documents from the supplier's insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Terms and Conditions are located within the buyers attachments area within the PCS Tender portal. Additional information pertaining to this contract notice is contained in the Invitation to Tender and ESPD Statements documents situated within the buyers attachments area of PCS-T. Bidders must ensure they read these documents in line with this contract notice. (SC Ref:621293)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000579904"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000579904"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000579904"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000579904"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000579904"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 154-380125"
        }
    ],
    "awards": [
        {
            "id": "GCC004171CPU",
            "suppliers": [
                {
                    "id": "org-155",
                    "name": "Clear Channel UK Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "GCC004171CPU",
            "awardID": "GCC004171CPU",
            "status": "active",
            "value": {
                "amount": 5754670,
                "currency": "GBP"
            },
            "dateSigned": "2020-04-21T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "303",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "304",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "305",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "306",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "307",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "1"
            }
        ]
    }
}