Notice Information
Notice Title
Dressing the City
Notice Description
Glasgow City Council invites Tender bids for Dressing the City. This programme is used to promote the council and Arm's Length External Organisation activities of a non-commercial nature including events promotion, civic messaging and as a way-finder and welcoming for conference visitors. The Contract is expected to run for 2 years, with the option for Glasgow City Council to extend by a further 2 x 12 months. This requirement has been divided into Lots. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the ESPD in PCS-T.
Lot Information
Manufacture, supply and delivery of banners for DTC1
This Lot is for the manufacture, supply and delivery of banners for the DTC 1 infrastructure, for full banner technical specification please refer to Doc 2 - DTC 1 Banner Specification. The banners within this tender will be used to promote major events, festivals, and campaigns being held in Glasgow. 60% Quality Consists of: Delivery of Service - 25% Key Personnel and Resources - 12% Warranty / Parts and Services / Business Continuity - 6% Operational Management - 12% Fair Work Practices - 5% Price / Commercials - 40%. Please note: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
Renewal: Includes up to 2 x 12 month extensions
Installation/de-rig and storage of banners and maintenance of associated infrastructure for DTC1This Lot is for the installation / monitoring / dismantling / storing / cleaning of banners / flags on existing masts / fixings and the maintenance / repair / supply of associated banner infrastructure and equipment. The 60% Quality Consists of: Delivery of Service - 25% Key Personnel and Resources - 12% Warranty / Parts and Services / Business Continuity - 9% Operational Management - 9% Fair Work Practices - 5%. Please note: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
Renewal: Includes up to 2 x 12 month extensions.
Manufacture, supply, delivery, installation/de-rig and storage of banners and maintenance of associated infrastructure for DTC2This Lot is for the installation / maintenance / monitoring of banner arm infrastructure on the lighting column / lamppost locations as outlined in Doc 3 - DTC 2 Banner Locations and the production / installation / de-rig / storing / cleaning of banners / flags on same. The 60% Quality Consists of: Delivery of Service - 25% Key Personnel and Resources - 12% Warranty / Parts and Services / Business Continuity - 9% Operational Management - 9% Fair Work Practices - 5%. Please note: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
Renewal: Includes up to 2 x 12 month extensions.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000586797
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT369884
- 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
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
51 - Installation services (except software)
-
- CPV Codes
35821000 - Flags
51122000 - Installation services of flagpoles
Notice Value(s)
- Tender Value
- £960,000 £500K-£1M
- Lots Value
- £960,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- £900,192 £500K-£1M
Notice Dates
- Publication Date
- 23 Oct 20196 years ago
- Submission Deadline
- 19 Aug 2019Expired
- Future Notice Date
- Not specified
- Award Date
- 11 Oct 20196 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 2 - 4 years.
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Unsuccessful
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Contact Name
- Linda O'Dell
- Contact Email
- linda.o'dell@glasgow.gov.uk
- Contact Phone
- +44 1412876437
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
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL361315
Dressing the City - Glasgow City Council invites Tender bids for Dressing the City. This programme is used to promote the council and Arm's Length External Organisation activities of a non-commercial nature including events promotion, civic messaging and as a way-finder and welcoming for conference visitors. The Contract is expected to run for 2 years, with the option for Glasgow City Council to extend by a further 2 x 12 months. This requirement has been divided into Lots. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the ESPD in PCS-T. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT369884
Dressing the City - Glasgow City Council invites Tender bids for Dressing the City. This programme is used to promote the council and Arm's Length External Organisation activities of a non-commercial nature including events promotion, civic messaging and as a way-finder and welcoming for conference visitors. The Contract is expected to run for 2 years, with the option for Glasgow City Council to extend by a further 2 x 12 months. This requirement has been divided into Lots. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the ESPD in PCS-T.
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-r6ebe6-0000586797-2019-10-23T00:00:00Z",
"date": "2019-10-23T00:00:00Z",
"ocid": "ocds-r6ebe6-0000586797",
"initiationType": "tender",
"parties": [
{
"id": "org-23",
"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": "Linda O'Dell",
"email": "linda.o'dell@glasgow.gov.uk",
"telephone": "+44 1412876437",
"faxNumber": "+44 1412879399",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"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-92",
"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": "Linda O'Dell",
"email": "linda.o'dell@glasgow.gov.uk",
"telephone": "+44 1412876437",
"faxNumber": "+44 1412879399",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"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-93",
"name": "McMillan Engineering Ltd",
"identifier": {
"legalName": "McMillan Engineering Ltd"
},
"address": {
"streetAddress": "197 Broomloan Road, Glasgow",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G51 2JE"
},
"contactPoint": {
"telephone": "+44 1414456517"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-94",
"name": "Bay Media",
"identifier": {
"legalName": "Bay Media"
},
"address": {
"streetAddress": "19 Deane House Studios, 27 Greenwood Place",
"locality": "London",
"region": "UK",
"postalCode": "NW5 1LB"
},
"contactPoint": {
"telephone": "+44 2083432525",
"faxNumber": "+44 2083434905"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
}
],
"buyer": {
"name": "Glasgow City Council",
"id": "org-92"
},
"tender": {
"id": "GCC004767CPU",
"title": "Dressing the City",
"description": "Glasgow City Council invites Tender bids for Dressing the City. This programme is used to promote the council and Arm's Length External Organisation activities of a non-commercial nature including events promotion, civic messaging and as a way-finder and welcoming for conference visitors. The Contract is expected to run for 2 years, with the option for Glasgow City Council to extend by a further 2 x 12 months. This requirement has been divided into Lots. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the ESPD in PCS-T.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "35821000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "51122000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "51122000",
"scheme": "CPV"
},
{
"id": "35821000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "3"
}
],
"value": {
"amount": 960000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2019-08-19T12:00:00Z"
},
"awardPeriod": {
"startDate": "2019-08-19T12:00:00Z"
},
"documents": [
{
"id": "JUL361315",
"documentType": "contractNotice",
"title": "Dressing the City",
"description": "Glasgow City Council invites Tender bids for Dressing the City. This programme is used to promote the council and Arm's Length External Organisation activities of a non-commercial nature including events promotion, civic messaging and as a way-finder and welcoming for conference visitors. The Contract is expected to run for 2 years, with the option for Glasgow City Council to extend by a further 2 x 12 months. This requirement has been divided into Lots. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the ESPD in PCS-T.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL361315",
"format": "text/html"
},
{
"id": "OCT369884",
"documentType": "awardNotice",
"title": "Dressing the City",
"description": "Glasgow City Council invites Tender bids for Dressing the City. This programme is used to promote the council and Arm's Length External Organisation activities of a non-commercial nature including events promotion, civic messaging and as a way-finder and welcoming for conference visitors. The Contract is expected to run for 2 years, with the option for Glasgow City Council to extend by a further 2 x 12 months. This requirement has been divided into Lots. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the ESPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the ESPD in PCS-T.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT369884",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Manufacture, supply and delivery of banners for DTC1",
"description": "This Lot is for the manufacture, supply and delivery of banners for the DTC 1 infrastructure, for full banner technical specification please refer to Doc 2 - DTC 1 Banner Specification. The banners within this tender will be used to promote major events, festivals, and campaigns being held in Glasgow. 60% Quality Consists of: Delivery of Service - 25% Key Personnel and Resources - 12% Warranty / Parts and Services / Business Continuity - 6% Operational Management - 12% Fair Work Practices - 5% Price / Commercials - 40%. Please note: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.",
"status": "complete",
"value": {
"amount": 140000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Includes up to 2 x 12 month extensions"
}
},
{
"id": "2",
"title": "Installation/de-rig and storage of banners and maintenance of associated infrastructure for DTC1",
"description": "This Lot is for the installation / monitoring / dismantling / storing / cleaning of banners / flags on existing masts / fixings and the maintenance / repair / supply of associated banner infrastructure and equipment. The 60% Quality Consists of: Delivery of Service - 25% Key Personnel and Resources - 12% Warranty / Parts and Services / Business Continuity - 9% Operational Management - 9% Fair Work Practices - 5%. Please note: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.",
"status": "complete",
"value": {
"amount": 360000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Includes up to 2 x 12 month extensions."
}
},
{
"id": "3",
"title": "Manufacture, supply, delivery, installation/de-rig and storage of banners and maintenance of associated infrastructure for DTC2",
"description": "This Lot is for the installation / maintenance / monitoring of banner arm infrastructure on the lighting column / lamppost locations as outlined in Doc 3 - DTC 2 Banner Locations and the production / installation / de-rig / storing / cleaning of banners / flags on same. The 60% Quality Consists of: Delivery of Service - 25% Key Personnel and Resources - 12% Warranty / Parts and Services / Business Continuity - 9% Operational Management - 9% Fair Work Practices - 5%. Please note: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.",
"status": "complete",
"value": {
"amount": 460000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Includes up to 2 x 12 month extensions."
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2019-08-19T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Not applicable to this procurement exercise."
},
{
"type": "economic",
"description": "ESPD 4B.5.1 and 4B.5.2 Statement It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 10 million GBP Public Liability Insurance = 5 million GBP Product Liability Insurance = 5 million GBP ESPD 4B.6 Statement 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 balance sheet strength 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 Council reserves the right at its own discretion to seek such other information from the Applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Applicant's economic and financial standing. Applicants who are subsequently appointed to the Framework shall, during the lifetime of the Framework Agreement, inform the Council immediately of any material changes to the information provided in their submission in relation to economic and financial standing. The Council notes Regulation 60(9) and 60(11) of the Public Contracts (Scotland) Regulations 2015 and reserves the right to refuse to award a contract following a mini-competition should the Applicant no longer meet the requirements set out in this ESPD."
},
{
"type": "technical",
"description": "NOTE: In PCS-T, responses to 4C.1 should be given as clearly labelled attachments to this question. ESPD 4C.1 Statement Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the Contract Notice. With regards to LOT 1 work/s should read good/s. ESPD 4C.10 Statement Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
"minimum": "Please refer to the ESPD Statements document uploaded to the Buyers Attachment area in PCS-T."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "51122000",
"scheme": "CPV"
},
"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": "2 - 4 years."
}
},
"language": "EN",
"description": "Health & Safety -- the H&S Questionnaire is contained in the attachments section of PCS-T. Applicants must respond to the H&S Questionnaire as part of their submission. Documented evidence validating responses provided to the H&S Questionnaire will require to be provided at the request for documentation (Rfd) stage. As Health & Safety is pass/fail criteria, failure to provide a completed questionnaire and/or provide the evidence requested at Rfd stage may result in your organisation being assessed as having failed. 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 contained in the buyers attachments area within the PCS Tender portal (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 that is contained within the buyers attachment area within PCS Tender portal. 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 contained in the buyers attachment area within PCS Tender portal. Non Collusion -- Applicants will be required to complete the Non Collusion certificate contained in the buyers attachments area within the PCS Tender portal. 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 statement documents situated within the buyers attachments area of PCS-T. Bidders must ensure they read these documents in line with this contract notice. Bidders will be asked to review a community benefits menu and indicate the type and volume of any Community Benefit they would be willing to offer through the delivery of this contract. (SC Ref:601967)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000586797"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000586797"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "GCC004767CPU-1",
"title": "Manufacture, supply and delivery of banners for DTC1",
"status": "unsuccessful",
"statusDetails": "unsuccessful",
"relatedLots": [
"1"
]
},
{
"id": "GCC004767CPU-2",
"title": "Installation/de-rig and storage of banners and maintenance of associated infrastructure for DTC1",
"suppliers": [
{
"id": "org-93",
"name": "McMillan Engineering Ltd"
}
],
"relatedLots": [
"2"
]
},
{
"id": "GCC004767CPU-3",
"title": "Manufacture, supply, delivery, installation/de-rig and storage of banners and maintenance of associated infrastructure for DTC2",
"suppliers": [
{
"id": "org-94",
"name": "Bay Media"
}
],
"relatedLots": [
"3"
]
}
],
"contracts": [
{
"id": "GCC004767CPU-2",
"awardID": "GCC004767CPU-2",
"title": "Installation/de-rig and storage of banners and maintenance of associated infrastructure for DTC1",
"status": "active",
"value": {
"amount": 560992,
"currency": "GBP"
},
"dateSigned": "2019-10-11T00:00:00Z"
},
{
"id": "GCC004767CPU-3",
"awardID": "GCC004767CPU-3",
"title": "Manufacture, supply, delivery, installation/de-rig and storage of banners and maintenance of associated infrastructure for DTC2",
"status": "active",
"value": {
"amount": 339200,
"currency": "GBP"
},
"dateSigned": "2019-10-11T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "184",
"measure": "bids",
"value": 1,
"relatedLot": "2"
},
{
"id": "185",
"measure": "smeBids",
"value": 1,
"relatedLot": "2"
},
{
"id": "186",
"measure": "electronicBids",
"value": 1,
"relatedLot": "2"
},
{
"id": "187",
"measure": "bids",
"value": 1,
"relatedLot": "3"
},
{
"id": "188",
"measure": "electronicBids",
"value": 1,
"relatedLot": "3"
}
]
}
}