Notice Information
Notice Title
Provision of Motherwell Town Centre Transport Interchange
Notice Description
Lot 1 - Motherwell Station Park and Ride & Active Travel Links Lot 2 - Muir Street Interchange
Lot Information
Motherwell Station Park and Ride & Active Travel Links
The Motherwell Station park and ride and active travel project consists of increasing park and ride capacity at the Farm Street and High Road car parks to the west of the station and expanding capacity at the Pollock Street car parks to the east. Works to improve pedestrian and cycle connections between the car parks, Motherwell Rail Station and Strathclyde Park are also included within the project scope. The works at Farm Street/High Road and Pollock Street car parks involve reconfiguring the layouts of existing surface car parks to increase capacity with associated excavation, road make-up and surfacing works, lining to parking bays, soft landscaping and tree planting works. The car parks are all public car parks located within a town centre environment, with part of the Farm Street/High Road site being a staff and customer car park for Motherwell Heritage Centre. The works will therefore require to be taken forward in a phased manner in order to minimise disruption to the public during construction. The associated footpath and cycle route works involve widening and resurfacing existing paths; constructing new off-road path sections; drainage; kerbing; road lining; directional signs and a small number of replacement lighting columns.. Candidates should read and refer to the ITP. Failure to comply with the instructions contained within the ITP may result in a Candidates submission being rejected. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulations 8, 9 and 10 of The Procurement (Scotland) Regulations 2016.
Muir Street InterchangeThe Muir Street project encompasses the reconfiguration and upgrade of existing road and public realm infrastructure in Motherwell town centre to create additional capacity for buses, pedestrians and cyclists on Muir Street and to enhance transport interchange between bus/bike/taxi and train at Motherwell Rail Station. A new station access lane for taxis, disabled parking and station drop-off, with a footway/cycleway alongside it, will be created on vacant land between Muir Street and the railway embankment. This new interchange area will tie in with an expanded and repaved station forecourt, which will constructed as part of a contract for Motherwell Rail Station, to be taken forward by others. The works at Muir Street involve public realm works including natural stone paving, block paving, asphalt and resin-bound aggregate finishes; tree planting, grassed areas and screen planting; street lighting, new street furniture, a new signalised pedestrian crossing and new bus shelters. The works will involve working alongside the Network Rail owned railway embankment and within a busy town centre environment. An element of coordination with a contractor appointed for works at Motherwell Rail Station is anticipated.. Candidates should read and refer to the ITP. Failure to comply with the instructions contained within the ITP may result in a Candidates submission being rejected. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulations 8, 9 and 10 of The Procurement (Scotland) Regulations 2016.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000584637
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT368397
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Award Notice
- Procurement Type
- Standard
- 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
-
- CPV Codes
45000000 - Construction work
45112700 - Landscaping work
45112730 - Landscaping work for roads and motorways
45233120 - Road construction works
45233121 - Main road construction works
45233161 - Footpath construction work
45233220 - Surface work for roads
45233253 - Surface work for footpaths
45233293 - Installation of street furniture
45432112 - Laying of paving
Notice Value(s)
- Tender Value
- £2,200,000 £1M-£10M
- Lots Value
- £2,200,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £573,276 £500K-£1M
Notice Dates
- Publication Date
- 9 Oct 20196 years ago
- Submission Deadline
- 4 Jul 2019Expired
- Future Notice Date
- Not specified
- Award Date
- 27 Sep 20196 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORTH LANARKSHIRE COUNCIL
- Contact Name
- Corporate Procurement, Lyn Longmuir
- Contact Email
- corporateprocurement@northlan.gov.uk, longmuirl@northlan.gov.uk
- Contact Phone
- +44 1236812209, +44 1698403876
Buyer Location
- Locality
- MOTHERWELL
- Postcode
- ML1 1AB
- Post Town
- Motherwell
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM34 North Lanarkshire
- Delivery Location
- TLM84 North Lanarkshire
-
- Local Authority
- North Lanarkshire
- Electoral Ward
- Motherwell South East and Ravenscraig
- Westminster Constituency
- Motherwell, Wishaw and Carluke
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN355996
Provision of Motherwell Town Centre Transport Interchange - Lot 1 - Motherwell Station Park and Ride & Active Travel Links Lot 2 - Muir Street Interchange -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT368397
Provision of Motherwell Town Centre Transport Interchange - Lot 1 - Motherwell Station Park and Ride & Active Travel Links Lot 2 - Muir Street Interchange
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000584637-2019-10-09T00:00:00Z",
"date": "2019-10-09T00:00:00Z",
"ocid": "ocds-r6ebe6-0000584637",
"initiationType": "tender",
"parties": [
{
"id": "org-35",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UK",
"postalCode": "ML1 1AB"
},
"contactPoint": {
"name": "Corporate Procurement",
"email": "corporateprocurement@northlan.gov.uk",
"telephone": "+44 1698403876",
"faxNumber": "+44 1698275125",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
},
{
"id": "06",
"description": "Housing and community amenities",
"scheme": "COFOG"
}
],
"url": "http://www.northlanarkshire.gov.uk"
}
},
{
"id": "org-144",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 1AB"
},
"contactPoint": {
"name": "Lyn Longmuir",
"email": "longmuirl@northlan.gov.uk",
"telephone": "+44 1236812209",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.northlanarkshire.gov.uk"
}
},
{
"id": "org-267",
"name": "Newlay Civil Engineering Limited",
"identifier": {
"legalName": "Newlay Civil Engineering Limited"
},
"address": {
"streetAddress": "55 Glencraig Industrial Estate",
"locality": "Airdrie",
"region": "UKM84",
"postalCode": "ML6 9AS"
},
"contactPoint": {
"telephone": "+44 1236769919"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
}
],
"buyer": {
"name": "North Lanarkshire Council",
"id": "org-144"
},
"tender": {
"id": "NLC-CPT-19-046",
"title": "Provision of Motherwell Town Centre Transport Interchange",
"description": "Lot 1 - Motherwell Station Park and Ride & Active Travel Links Lot 2 - Muir Street Interchange",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45000000",
"scheme": "CPV"
},
{
"id": "45112730",
"scheme": "CPV"
},
{
"id": "45233120",
"scheme": "CPV"
},
{
"id": "45233220",
"scheme": "CPV"
},
{
"id": "45233161",
"scheme": "CPV"
},
{
"id": "45233253",
"scheme": "CPV"
},
{
"id": "45112700",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "45000000",
"scheme": "CPV"
},
{
"id": "45112730",
"scheme": "CPV"
},
{
"id": "45233120",
"scheme": "CPV"
},
{
"id": "45233121",
"scheme": "CPV"
},
{
"id": "45233220",
"scheme": "CPV"
},
{
"id": "45112700",
"scheme": "CPV"
},
{
"id": "45432112",
"scheme": "CPV"
},
{
"id": "45233293",
"scheme": "CPV"
},
{
"id": "45233161",
"scheme": "CPV"
},
{
"id": "45233253",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"relatedLot": "2"
}
],
"value": {
"amount": 2200000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2019-07-04T12:00:00Z"
},
"documents": [
{
"id": "JUN355996",
"documentType": "contractNotice",
"title": "Provision of Motherwell Town Centre Transport Interchange",
"description": "Lot 1 - Motherwell Station Park and Ride & Active Travel Links Lot 2 - Muir Street Interchange",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN355996",
"format": "text/html"
},
{
"id": "OCT368397",
"documentType": "awardNotice",
"title": "Provision of Motherwell Town Centre Transport Interchange",
"description": "Lot 1 - Motherwell Station Park and Ride & Active Travel Links Lot 2 - Muir Street Interchange",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT368397",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Motherwell Station Park and Ride & Active Travel Links",
"description": "The Motherwell Station park and ride and active travel project consists of increasing park and ride capacity at the Farm Street and High Road car parks to the west of the station and expanding capacity at the Pollock Street car parks to the east. Works to improve pedestrian and cycle connections between the car parks, Motherwell Rail Station and Strathclyde Park are also included within the project scope. The works at Farm Street/High Road and Pollock Street car parks involve reconfiguring the layouts of existing surface car parks to increase capacity with associated excavation, road make-up and surfacing works, lining to parking bays, soft landscaping and tree planting works. The car parks are all public car parks located within a town centre environment, with part of the Farm Street/High Road site being a staff and customer car park for Motherwell Heritage Centre. The works will therefore require to be taken forward in a phased manner in order to minimise disruption to the public during construction. The associated footpath and cycle route works involve widening and resurfacing existing paths; constructing new off-road path sections; drainage; kerbing; road lining; directional signs and a small number of replacement lighting columns.. Candidates should read and refer to the ITP. Failure to comply with the instructions contained within the ITP may result in a Candidates submission being rejected. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulations 8, 9 and 10 of The Procurement (Scotland) Regulations 2016.",
"status": "complete",
"value": {
"amount": 500000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"maximumCandidates": 6
},
"selectionCriteria": {
"description": "The ESPD forms part of a Candidate's Request to Participate (RTP). The ESPD selection process will be carried out in two stages; Stage One: \"Exclusion Grounds\" (Mandatory and Discretionary) Part III of the ESPD. During this first stage of the selection, the Council will determine on a pass/fail basis whether: a) the Candidate has submitted a complete and compliant ESPD response; and b) whether any of the Lead Candidates, Consortium Members and/or Reliance Entities (if any) fall within any of the mandatory grounds for exclusion or, in the case of the discretionary exclusion grounds, are considered ineligible at the discretion of Council, in accordance with Part III of the ESPD and Regulations 8 and 9 of The Procurement (Scotland) Regulations 2016. Stage Two: \"Selection Criteria - Minimum Requirements\", the Council will determine a ranking (through the scoring of ESPD Responses) but only for those bids who successfully pass Stage One \"Exclusion Grounds\" referred to above and have passed section B & D of this stage. During this second stage of the selection, the Council will determine whether: 1. Candidate has achieved a pass for the following questions within Part IV, Selection Criteria of the ESPD: 4B.1.2, 4B.4, 4B.5.1, 4B.5.2, 4D.1 and 4D.2. If a Candidate's response is successful, then the Candidate's response to section 4C will be assessed. 2. Where the Candidate has achieved the minimum score(s) for 4C.1 within Part IV, Selection Criteria of the ESPD then the sum of the weighted scores achieved by Candidates for 4C.1 will be used to rank Candidates in order from highest to lowest score to reduce the number of otherwise qualified Candidates based on that ranking. Based on the final score ranking, the Council intends to limit the number of otherwise qualified Candidates to be selected to receive an ITT to the top six (6) ranked Candidates, insofar as there are a sufficient number of acceptable and compliant RTPs submitted. In the event of a tie for sixth place, all Candidates in sixth place will be selected to receive an ITT. For the avoidance of doubt, a tie for sixth place will be deemed to have occurred where two or more Candidates have identical scores taken to two decimal points."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 150
},
"hasRenewal": false
},
{
"id": "2",
"title": "Muir Street Interchange",
"description": "The Muir Street project encompasses the reconfiguration and upgrade of existing road and public realm infrastructure in Motherwell town centre to create additional capacity for buses, pedestrians and cyclists on Muir Street and to enhance transport interchange between bus/bike/taxi and train at Motherwell Rail Station. A new station access lane for taxis, disabled parking and station drop-off, with a footway/cycleway alongside it, will be created on vacant land between Muir Street and the railway embankment. This new interchange area will tie in with an expanded and repaved station forecourt, which will constructed as part of a contract for Motherwell Rail Station, to be taken forward by others. The works at Muir Street involve public realm works including natural stone paving, block paving, asphalt and resin-bound aggregate finishes; tree planting, grassed areas and screen planting; street lighting, new street furniture, a new signalised pedestrian crossing and new bus shelters. The works will involve working alongside the Network Rail owned railway embankment and within a busy town centre environment. An element of coordination with a contractor appointed for works at Motherwell Rail Station is anticipated.. Candidates should read and refer to the ITP. Failure to comply with the instructions contained within the ITP may result in a Candidates submission being rejected. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulations 8, 9 and 10 of The Procurement (Scotland) Regulations 2016.",
"status": "complete",
"value": {
"amount": 1700000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"maximumCandidates": 6
},
"selectionCriteria": {
"description": "The ESPD forms part of a Candidate's Request to Participate (RTP). The ESPD selection process will be carried out in two stages; Stage One: \"Exclusion Grounds\" (Mandatory and Discretionary) Part III of the ESPD. During this first stage of the selection, the Council will determine on a pass/fail basis whether: a) the Candidate has submitted a complete and compliant ESPD response; and b) whether any of the Lead Candidates, Consortium Members and/or Reliance Entities (if any) fall within any of the mandatory grounds for exclusion or, in the case of the discretionary exclusion grounds, are considered ineligible at the discretion of Council, in accordance with Part III of the ESPD and Regulations 8 and 9 of The Procurement (Scotland) Regulations 2016. Stage Two: \"Selection Criteria - Minimum Requirements\", the Council will determine a ranking (through the scoring of ESPD Responses) but only for those bids who successfully pass Stage One \"Exclusion Grounds\" referred to above and have passed section B & D of this stage. During this second stage of the selection, the Council will determine whether: 1. Candidate has achieved a pass for the following questions within Part IV, Selection Criteria of the ESPD: 4B.1.2, 4B.4, 4B.5.1, 4B.5.2, 4D.1 and 4D.2. If a Candidate's response is successful, then the Candidate's response to section 4C will be assessed. 2. Where the Candidate has achieved the minimum score(s) for 4C.1 within Part IV, Selection Criteria of the ESPD then the sum of the weighted scores achieved by Candidates for 4C.1 will be used to rank Candidates in order from highest to lowest score to reduce the number of otherwise qualified Candidates based on that ranking. Based on the final score ranking, the Council intends to limit the number of otherwise qualified Candidates to be selected to receive an ITT to the top six (6) ranked Candidates, insofar as there are a sufficient number of acceptable and compliant RTPs submitted. In the event of a tie for sixth place, all Candidates in sixth place will be selected to receive an ITT. For the avoidance of doubt, a tie for sixth place will be deemed to have occurred where two or more Candidates have identical scores taken to two decimal points."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 180
},
"hasRenewal": false
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "The Invitation to Tender (ITT) will contain the relevant Contract Performance requirements."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2019-07-29T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "ESPD Selection Criteria Section, question Section B, Part IV, Economic and Financial Standing, the following questions: 4B.1.2, 4B.1.3, 4B.3, 4B.4, 4B.4.1, 4B.5.1, 4B.5.2 and 4B.5.3.",
"minimum": "4B.1.2 - Candidates will be required to have an average yearly turnover of a minimum of 900,000 GBP (Lot 1) and 2,500,000 (Lot 2) for the last two (2) years statutory accounts that are available. Candidates who have not yet submitted two years' statutory accounts but can demonstrate two years of trading must detail the date they started trading within their submission at 4B.3 and may provide alternative proof which demonstrates its financial standing in an equivalent manner in accordance with Regulation 10 (19) - Means of Proof of the Procurement (Scotland) Regulations 2016. Such Candidates are required to provide financial accounts for the two years most recently available, accompanied by a letter supporting the basis of their preparation from an audit registered firm. 4B.1.3 - If the relevant information is available electronically, please indicate. 4B.3 - Where turnover information is not available for the time period requested, the Candidate will be required to state the date which they were set up or started trading. 4B.4 - Candidates will be required to state the value for the following financial ratio: Current Ratio Current Ratio minimum value required: a value of greater than or equal to 1.00 in each of the last two financial years to 2 decimal places. The Current Ratio will be calculated as follows: Current Assets divided by Current Liabilities to 2 decimal places. The Bidder will be required to provide their audited financial accounts for the previous two years at request for documentation (RFD) stage in order that the Council may confirm this ratio. 4B.4.1 - If the relevant documentation is available electronically, please indicate. 4B.5.1 - Candidates must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 1) Employer's (Compulsory) Liability Insurance: 10,000,000 GBP (Lots 1 & 2) each and every claim. http://www.hse.gov.uk/pubns/hse40.pdf 4B.5.2 - Candidates must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 1) Public Liability Insurance: 5,000,000 (Lot 1) and 10,000,000 GBP (Lot 2) each and every claim; 2) Professional Indemnity Liability Insurance: 5,000,000 GBP (Lots 1 & 2) each and every claim 4B.5.3 - If the relevant documentation is available electronically, please indicate. Candidates that are unable to meet all of the minimum level(s) of standards required for questions 4B.1.2, 4B.4, 4B.5.1 and 4B.5.2 in Section B, Part IV, Economic and Financial Standing of the ESPD, will be assessed as a FAIL and will be excluded from the competition, unless the following information is provided as part of their RTP: 1) an ESPD submission from a Parent Company (or Ultimate Parent Company) who can meet all the above minimum requirements; and 2) a declaration that the Parent Company (or Ultimate Parent Company) is prepared to provide a Parent Company Guarantee (PCG) in the form determined by the Council to cover the duration of the proposed Contract."
},
{
"type": "technical",
"description": "4C.1 Candidates will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in the relevant section of the Site Notice. Question 4C.1 carries an overall weighting of 100% with 50% attributed to each example per lot. Candidates must achieve an overall combined minimum score requirement of 60% per lot. Candidates unable to meet the minimum requirements for 4C.1 will be assessed as a FAIL and will be excluded from the competition",
"minimum": "Owing to character limitations in this section of the Contract Notice it is not possible to provide all of the information relating to this section (III.1.3 in the Contract Notice). Therefore the Objective and Non-Discriminatory Criteria for Questions 4D.1 and 4D.2 are set out in full in the ITP document which can be accessed through the buyer attachment area within the PCS-T portal. ESPD Selection Criteria Section, question Section D, part IV, Quality Assurance Schemes and Environmental Management Standards: 4D.1, 4D1.2, 4D.2 and 4D.2.2."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "45000000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "Part II - Information Concerning the Bidder A: Information About the Bidder; B: Information About Representatives of the Bidder; C: Information About Reliance on the Capacities of Other Entities; and D: Information Concerning Sub-contractors on Whose Capacity the Bidder Does Not Rely. Minimum level(s) of standards required: The information required in Part II of the ESPD is for information only and therefore will not be assessed however the Council may choose not to select Candidates that cannot provide basic company information. Candidates must ensure that they submit appropriate ESPDs completed by other members of the group, if they are bidding as part of a group, others on whose capacity they rely, and known subcontractors on whose capacity they do not rely on, to satisfy any aspect of the ESPD. Part VI - Concluding statements Minimum level(s) of standards required: Candidates unable to complete this part of the ESPD may be excluded from the competition. The complete RTP with no pages omitted must be submitted in accordance with instructions given and signed by an authorised representative i.e. company director or secretary or by a person authorised by the Candidate to do so. If the signatory is not the Candidate then the Candidate must provide at time of submitting the RTP written confirmation of the signatory's authority to submit the RTP. Candidates should note that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI 2006/246) (\"TUPE\") will not apply to the proposed Contract. (SC Ref:600411)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000584637"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000584637"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "NLC-CPT-19-046-1",
"title": "Motherwell Station Park and Ride & Active Travel Links",
"suppliers": [
{
"id": "org-267",
"name": "Newlay Civil Engineering Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "NLC-CPT-19-046-1",
"awardID": "NLC-CPT-19-046-1",
"title": "Motherwell Station Park and Ride & Active Travel Links",
"status": "active",
"value": {
"amount": 573276.45,
"currency": "GBP"
},
"dateSigned": "2019-09-27T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "525",
"measure": "bids",
"value": 6,
"relatedLot": "1"
},
{
"id": "526",
"measure": "smeBids",
"value": 4,
"relatedLot": "1"
},
{
"id": "527",
"measure": "foreignBidsFromEU",
"value": 6,
"relatedLot": "1"
},
{
"id": "528",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "529",
"measure": "electronicBids",
"value": 0,
"relatedLot": "1"
}
]
}
}