Award

OffSite Project Integrator Scotland

LHC FOR THE SCOTTISH PROCUREMENT ALLIANCE (SPA)

This public procurement record has 2 releases in its history.

Award

29 Jan 2020 at 00:00

Tender

11 Jul 2019 at 00:00

Summary of the contracting process

The procurement process titled "OffSite Project Integrator Scotland" is being conducted by the LHC for the Scottish Procurement Alliance (SPA), a central purchasing body based in Livingston, UK. This initiative falls within the services industry and is currently in the "Award" stage, having reached completion. Although the formal tendering period ended on 16 August 2019, the framework allows eligible public sector bodies to access its provisions over a potential maximum duration of up to twelve years, including possible extensions. Key contact information for the buying organisation includes an email address and a contact number, both provided for facilitating inquiries.

This tender presents significant growth opportunities for businesses involved in project management, construction, and integration services, particularly those equipped to innovate within the housing sector. Companies that possess the necessary qualifications, such as financial stability and adequate insurance levels, are well-suited to compete. The structure of the framework encourages participation from a wide array of suppliers, including both larger firms and SMEs, thereby fostering a competitive marketplace that can leverage the collective expertise of varied contenders in the field.

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

OffSite Project Integrator Scotland

Notice Description

An OffSite Housing Project Framework solution that covers every aspect of the management / integration of a call-off project from pre-project initiation and land assembly though brief preparation,design, manufacture, construction, installation, finishing, handover and review. Eligible public sector bodies will be able to call-off this framework over its lifetime which is envisaged (at this stage) to be a minimum of six years with the possibility of three two year extensions, with a maximum of twelve years duration.

Lot Information

OPI1 S1 OffSite Project Integrator - UKM7 Eastern Scotland OffSite

OffSite Project Integration Services. The minimum essential company qualifications/attributes required for appointment to this framework and subsequent call-off contracts are: 1. Meet the Public Procurement Regulation Requirements 2. Financial and Economical requirements as set out in the Contract Notice 3. The following minimum levels of insurance whilst appointed to the framework: a. Employer's Liability Insurance 5,000,000 GBP b. Public Liability Insurance 5,000,000 GBP c. Professional Indemnity Insurance 5,000,000 GBP Insurances to continue this level or the increased level required for a specific call-off contract for the period up-to the completion of the last call-off contract (including defect and warranty/guarantee periods).

Renewal: 3 (Three) 24 Month extensions

OPI1 S2 OffSite Project Integrator - UKM8 - South West Scotland

OffSite Project Integration Services The minimum essential company qualifications/attributes required for appointment to this framework and subsequent call-off contracts are: 1. Meet the Public Procurement Regulation requirements 2. Financial and Economical requirements as set out in the Documentation. 3. The following minimum levels of insurance whilst appointed to the framework: a. Employer's Liability Insurance 5,000,000 GBP b. Public Liability Insurance 5,000,000 GBP c. Professional Indemnity Insurance 5,000,000 GBP Insurances to continue this level or the increased level required for a specific call-off contract for the period up-to the completion of the last call-off contract (including defect and warranty/guarantee periods).

Renewal: 3 (three) 24 month extensions

OPI1 S3 OffSite Project Integrator - UKM5 - North East Scotland

OffSite Project Integration Services. The minimum essential company qualifications/attributes required for appointment to this framework and subsequent call-off contracts are: 1. Meet the Public Procurement Regulation requirements 2. Financial and Economical requirements as set out in the Contract Notice 3. The following minimum levels of insurance whilst appointed to the framework: a. Employer's Liability Insurance 5,000,000 GBP b. Public Liability Insurance 5,000,000 GBP c. Professional Indemnity Insurance 5,000,000 GBP Insurances to continue this level or the increased level required for a specific call-off contract for the period up-to the completion of the last call-off contract (including defect and warranty/guarantee periods).

Renewal: 3 (three) 24 month extensions

OPI1 S4 OffSite Project Integrator - UKM6 - Highlands Scotland

OffSite Project Integration Services The minimum essential company qualifications/attributes required forappointment to this framework and subsequent call-off contracts are: 1. Meet the Public Procurement Regulation requirements 2. Financial and Economical requirements as set out in the Contract Notice 3. The following minimum levels of insurance whilst appointed to the framework: a. Employer's Liability Insurance 5,000,000 GBP b. Public Liability Insurance 5,000,000 GBP c. Professional Indemnity Insurance 5,000,000 GBP Insurances to continue this level or the increased level required for a specific call-off contract for the period up-to the completion of the last call-off contract (including defect and warranty/guarantee periods).

Renewal: 3 (three) 24 months extensions

OPI1 S5 OffSite Project Integrator - UKM9 - Southern Scotland

OffSite Project Integration Services The minimum essential company qualifications/attributes required for appointment to this framework and subsequent call-off contracts are: 1. Meet the Public Procurement Regulation requirements 2. Financial and Economical requirements as set out in the Contract Notice 3. The following minimum levels of insurance whilst appointed to the framework: a. Employer's Liability Insurance 5,000,000 GBP b. Public Liability Insurance 5,000,000 GBP c. Professional Indemnity Insurance 5,000,000 GBP Insurances to continue this level or the increased level required for a specific call-off contract for the period up-to the completion of the last call-off contract (including defect and warranty/guarantee periods).

Renewal: 3 (three) 24 months extensions

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000589977
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN379173
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Innovation partnership
Tender Suitability
Not specified
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

71 - Architectural, construction, engineering and inspection services


CPV Codes

45000000 - Construction work

71000000 - Architectural, construction, engineering and inspection services

Notice Value(s)

Tender Value
£30,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£30,000,000 £10M-£100M

Notice Dates

Publication Date
29 Jan 20206 years ago
Submission Deadline
16 Aug 2019Expired
Future Notice Date
Not specified
Award Date
21 Jan 20206 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
LHC FOR THE SCOTTISH PROCUREMENT ALLIANCE (SPA)
Contact Name
Not specified
Contact Email
danesh.sharna@lhc.gov.uk, tim.oakley@lhc.gov.uk
Contact Phone
+44 1506894395

Buyer Location

Locality
LIVINGSTON
Postcode
EH54 8AF
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM14 West Lothian
Delivery Location
TLM5 North Eastern Scotland, TLM6 Highlands and Islands, TLM7 Eastern Scotland, TLM8 West Central Scotland, TLM9 Southern Scotland

Local Authority
West Lothian
Electoral Ward
Livingston North
Westminster Constituency
Livingston

Supplier Information

Number of Suppliers
8
Supplier Names

ARCADIS (UK

BLACC

MACE

OVE ARUP & PARTNERS

OVE ARUP AND PARTNERS

RAMBOLL

TURNER & TOWNSEND PROJECT MANAGEMENT

WSP

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL360337
    OffSite Project Integrator Scotland - LHC is seeking innovative suppliers to support the development of an OffSite Housing Project Framework solution that covers every aspect of the management / integration of a call-off project from pre-project initiation and land assembly though brief preparation,design, manufacture, construction, installation, finishing, handover and review. As the integrated product/service/works solution envisaged does not presently exist in the open market, LHC is proposing an Innovation Partnership procurement process, where economic operators are invited to develop the solution in a number of negotiated phases and finally submit bids to be awarded the OffSite Project Integrator Framework. Eligible public sector bodies will be able to call-off this framework over its lifetime which is envisaged (at this stage) to be a minimum of six years with the possibility of three two year extensions, with a maximum of twelve years duration. Candidates are required to complete a PQQ available on Proactis.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN379173
    OffSite Project Integrator Scotland - An OffSite Housing Project Framework solution that covers every aspect of the management / integration of a call-off project from pre-project initiation and land assembly though brief preparation,design, manufacture, construction, installation, finishing, handover and review. Eligible public sector bodies will be able to call-off this framework over its lifetime which is envisaged (at this stage) to be a minimum of six years with the possibility of three two year extensions, with a maximum of twelve years duration.

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-r6ebe6-0000589977-2020-01-29T00:00:00Z",
    "date": "2020-01-29T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000589977",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-2",
            "name": "LHC for the Scottish Procurement Alliance (SPA)",
            "identifier": {
                "legalName": "LHC for the Scottish Procurement Alliance (SPA)"
            },
            "address": {
                "streetAddress": "6 Deer Park Avenue",
                "locality": "Livingston",
                "region": "UKM",
                "postalCode": "EH54 8AF"
            },
            "contactPoint": {
                "email": "danesh.sharna@lhc.gov.uk",
                "telephone": "+44 1506894395",
                "url": "https://procontract.due-north.com"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Public sector Framework provider",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Public sector framework provider",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.scottishprocurement.scot"
            }
        },
        {
            "id": "org-3",
            "name": "LHC",
            "identifier": {
                "legalName": "LHC"
            },
            "address": {
                "streetAddress": "2 Vine Street",
                "locality": "Uxbridge",
                "postalCode": "UB8 1QE"
            },
            "contactPoint": {
                "telephone": "+44 189527480",
                "url": "http://"
            },
            "roles": [
                "mediationBody",
                "reviewContactPoint"
            ]
        },
        {
            "id": "org-4",
            "name": "LHC for the Scottish Procurement Alliance (SPA)",
            "identifier": {
                "legalName": "LHC for the Scottish Procurement Alliance (SPA)"
            },
            "address": {
                "streetAddress": "6 Deer Park Avenue",
                "locality": "Livingston",
                "region": "UKM",
                "postalCode": "EH54 8AF"
            },
            "contactPoint": {
                "email": "tim.oakley@lhc.gov.uk",
                "telephone": "+44 1506894395",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Public sector framework provider",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.scottishprocurement.scot"
            }
        },
        {
            "id": "org-5",
            "name": "WSP UK LTD",
            "identifier": {
                "legalName": "WSP UK LTD"
            },
            "address": {
                "streetAddress": "70 Chancery Lane, London",
                "locality": "London",
                "region": "UK",
                "postalCode": "WC2A 1AF"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-6",
            "name": "Arcadis (UK) Ltd",
            "identifier": {
                "legalName": "Arcadis (UK) Ltd"
            },
            "address": {
                "streetAddress": "Arcadis House, 34 York Way",
                "locality": "London",
                "region": "UK",
                "postalCode": "N1 9AB"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-7",
            "name": "Ove Arup and Partners Ltd",
            "identifier": {
                "legalName": "Ove Arup and Partners Ltd"
            },
            "address": {
                "streetAddress": "13Fitzroy Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "W1T 4BQ"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-8",
            "name": "Ramboll UK Limited",
            "identifier": {
                "legalName": "Ramboll UK Limited"
            },
            "address": {
                "streetAddress": "240 Blackfriars Road",
                "locality": "London",
                "region": "UK",
                "postalCode": "SE1 8NW"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-9",
            "name": "Turner & Townsend Project Management",
            "identifier": {
                "legalName": "Turner & Townsend Project Management"
            },
            "address": {
                "streetAddress": "Low Hall, Calverley Lane, Horsforth",
                "locality": "Leeds",
                "region": "UK",
                "postalCode": "LS18 4GH"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-10",
            "name": "blacc Ltd",
            "identifier": {
                "legalName": "blacc Ltd"
            },
            "address": {
                "streetAddress": "Unit 1 Causey Hall, Dispensary Walk",
                "locality": "Halifax",
                "region": "UK",
                "postalCode": "HX1 1QR"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-11",
            "name": "Mace Limited",
            "identifier": {
                "legalName": "Mace Limited"
            },
            "address": {
                "streetAddress": "155 Moorgate, London",
                "locality": "London",
                "region": "UK",
                "postalCode": "EC2M 6XB"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-12",
            "name": "Turner & Townsend Project Management Limited",
            "identifier": {
                "legalName": "Turner & Townsend Project Management Limited"
            },
            "address": {
                "streetAddress": "Low Hall, Calverley Lane, Horsforth",
                "locality": "Leeds",
                "region": "UK",
                "postalCode": "LS18 4GH"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-13",
            "name": "Ove Arup & Partners Limited",
            "identifier": {
                "legalName": "Ove Arup & Partners Limited"
            },
            "address": {
                "streetAddress": "13 Fitzroy Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "W1T 4BQ"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-14",
            "name": "Livingston Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Livingston Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "West Lothian Civic Centre",
                "locality": "Livingston",
                "postalCode": "EH54 6FF"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-15",
            "name": "LHC",
            "identifier": {
                "legalName": "LHC"
            },
            "address": {
                "streetAddress": "2-4 Vine Street",
                "locality": "Uxbridge",
                "postalCode": "UB8 1QE"
            },
            "contactPoint": {
                "telephone": "+44 1895274800",
                "url": "http://"
            },
            "roles": [
                "mediationBody",
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "name": "LHC for the Scottish Procurement Alliance (SPA)",
        "id": "org-4"
    },
    "tender": {
        "id": "OPI1 S",
        "title": "OffSite Project Integrator Scotland",
        "description": "An OffSite Housing Project Framework solution that covers every aspect of the management / integration of a call-off project from pre-project initiation and land assembly though brief preparation,design, manufacture, construction, installation, finishing, handover and review. Eligible public sector bodies will be able to call-off this framework over its lifetime which is envisaged (at this stage) to be a minimum of six years with the possibility of three two year extensions, with a maximum of twelve years duration.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "71000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Across the region, and the framework terms allow for work to be undertaken in the other regions."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM7"
                    },
                    {
                        "region": "UKM7"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "71000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Across the region, and the framework terms allow for work to be undertaken in the other regions."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM8"
                    },
                    {
                        "region": "UKM8"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "id": "71000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Across the region, and the framework terms allow for work to be undertaken in the other regions."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM5"
                    },
                    {
                        "region": "UKM5"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "id": "71000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Across the region, and the framework terms allow for work to be undertaken in the other regions."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM6"
                    },
                    {
                        "region": "UKM6"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "id": "71000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Across the region, and the framework terms allow for work to be undertaken in the other regions."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM9"
                    },
                    {
                        "region": "UKM9"
                    }
                ],
                "relatedLot": "5"
            }
        ],
        "value": {
            "amount": 30000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Innovation partnership",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://procontract.due-north.com",
        "tenderPeriod": {
            "endDate": "2019-08-16T16:00:00Z"
        },
        "documents": [
            {
                "id": "JUL360337",
                "documentType": "contractNotice",
                "title": "OffSite Project Integrator Scotland",
                "description": "LHC is seeking innovative suppliers to support the development of an OffSite Housing Project Framework solution that covers every aspect of the management / integration of a call-off project from pre-project initiation and land assembly though brief preparation,design, manufacture, construction, installation, finishing, handover and review. As the integrated product/service/works solution envisaged does not presently exist in the open market, LHC is proposing an Innovation Partnership procurement process, where economic operators are invited to develop the solution in a number of negotiated phases and finally submit bids to be awarded the OffSite Project Integrator Framework. Eligible public sector bodies will be able to call-off this framework over its lifetime which is envisaged (at this stage) to be a minimum of six years with the possibility of three two year extensions, with a maximum of twelve years duration. Candidates are required to complete a PQQ available on Proactis.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL360337",
                "format": "text/html"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            },
            {
                "id": "JAN379173",
                "documentType": "awardNotice",
                "title": "OffSite Project Integrator Scotland",
                "description": "An OffSite Housing Project Framework solution that covers every aspect of the management / integration of a call-off project from pre-project initiation and land assembly though brief preparation,design, manufacture, construction, installation, finishing, handover and review. Eligible public sector bodies will be able to call-off this framework over its lifetime which is envisaged (at this stage) to be a minimum of six years with the possibility of three two year extensions, with a maximum of twelve years duration.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN379173",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "OPI1 S1 OffSite Project Integrator - UKM7 Eastern Scotland OffSite",
                "description": "OffSite Project Integration Services. The minimum essential company qualifications/attributes required for appointment to this framework and subsequent call-off contracts are: 1. Meet the Public Procurement Regulation Requirements 2. Financial and Economical requirements as set out in the Contract Notice 3. The following minimum levels of insurance whilst appointed to the framework: a. Employer's Liability Insurance 5,000,000 GBP b. Public Liability Insurance 5,000,000 GBP c. Professional Indemnity Insurance 5,000,000 GBP Insurances to continue this level or the increased level required for a specific call-off contract for the period up-to the completion of the last call-off contract (including defect and warranty/guarantee periods).",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Qualitative",
                            "description": "80"
                        },
                        {
                            "type": "price",
                            "description": "20"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 3
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 2160
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "3 (Three) 24 Month extensions"
                }
            },
            {
                "id": "2",
                "title": "OPI1 S2 OffSite Project Integrator - UKM8 - South West Scotland",
                "description": "OffSite Project Integration Services The minimum essential company qualifications/attributes required for appointment to this framework and subsequent call-off contracts are: 1. Meet the Public Procurement Regulation requirements 2. Financial and Economical requirements as set out in the Documentation. 3. The following minimum levels of insurance whilst appointed to the framework: a. Employer's Liability Insurance 5,000,000 GBP b. Public Liability Insurance 5,000,000 GBP c. Professional Indemnity Insurance 5,000,000 GBP Insurances to continue this level or the increased level required for a specific call-off contract for the period up-to the completion of the last call-off contract (including defect and warranty/guarantee periods).",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Qualitative",
                            "description": "80"
                        },
                        {
                            "type": "price",
                            "description": "20"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 3
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 2160
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "3 (three) 24 month extensions"
                }
            },
            {
                "id": "3",
                "title": "OPI1 S3 OffSite Project Integrator - UKM5 - North East Scotland",
                "description": "OffSite Project Integration Services. The minimum essential company qualifications/attributes required for appointment to this framework and subsequent call-off contracts are: 1. Meet the Public Procurement Regulation requirements 2. Financial and Economical requirements as set out in the Contract Notice 3. The following minimum levels of insurance whilst appointed to the framework: a. Employer's Liability Insurance 5,000,000 GBP b. Public Liability Insurance 5,000,000 GBP c. Professional Indemnity Insurance 5,000,000 GBP Insurances to continue this level or the increased level required for a specific call-off contract for the period up-to the completion of the last call-off contract (including defect and warranty/guarantee periods).",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Qualitative",
                            "description": "80"
                        },
                        {
                            "type": "price",
                            "description": "20"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 3
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 2160
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "3 (three) 24 month extensions"
                }
            },
            {
                "id": "4",
                "title": "OPI1 S4 OffSite Project Integrator - UKM6 - Highlands Scotland",
                "description": "OffSite Project Integration Services The minimum essential company qualifications/attributes required forappointment to this framework and subsequent call-off contracts are: 1. Meet the Public Procurement Regulation requirements 2. Financial and Economical requirements as set out in the Contract Notice 3. The following minimum levels of insurance whilst appointed to the framework: a. Employer's Liability Insurance 5,000,000 GBP b. Public Liability Insurance 5,000,000 GBP c. Professional Indemnity Insurance 5,000,000 GBP Insurances to continue this level or the increased level required for a specific call-off contract for the period up-to the completion of the last call-off contract (including defect and warranty/guarantee periods).",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Qualitative",
                            "description": "80"
                        },
                        {
                            "type": "price",
                            "description": "20"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 3
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 2160
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "3 (three) 24 months extensions"
                }
            },
            {
                "id": "5",
                "title": "OPI1 S5 OffSite Project Integrator - UKM9 - Southern Scotland",
                "description": "OffSite Project Integration Services The minimum essential company qualifications/attributes required for appointment to this framework and subsequent call-off contracts are: 1. Meet the Public Procurement Regulation requirements 2. Financial and Economical requirements as set out in the Contract Notice 3. The following minimum levels of insurance whilst appointed to the framework: a. Employer's Liability Insurance 5,000,000 GBP b. Public Liability Insurance 5,000,000 GBP c. Professional Indemnity Insurance 5,000,000 GBP Insurances to continue this level or the increased level required for a specific call-off contract for the period up-to the completion of the last call-off contract (including defect and warranty/guarantee periods).",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Qualitative",
                            "description": "80"
                        },
                        {
                            "type": "price",
                            "description": "20"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 3
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 2160
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "3 (three) 24 months extensions"
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "successiveReduction": true,
            "invitationDate": "2019-09-06T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "LHC uses the following ratios to evaluate each Tenderer's financial status: Turnover: this is calculated as twice the typical value for projects called off this framework. If a company's turnover in each of the last two years exceeds GBP 80,000 then it passes. Failure to meet the minimum turnover amount will exclude the tenderer to further evaluation. For new start-ups, demonstrate financial status(e.g. forecast of turnover for the current year and a statement of funding provided by the owners and/or the bank, charity accruals accounts or an alternative means of demonstrating financial status). LHC shall consider the information and may accept the company with or without financial restrictions. Profitability: this is calculated as profit after tax but before dividends and minority interests. Liquidity: this is calculated as current assets and work in progress, divided by current liabilities. If a company passes both Profitability and Liquidity, the company meets the framework requirement. If you fail either Profitability or Liquidity LHC shall require additional financial information from tenderers, and take this into consideration in the financial assessment process and also obtain independent assessments on the financial information provided by the tenderer, or where applicable the Parent/ Holding Company, and take this into consideration in the financial assessment, LHC shall consider the information and may accept the company with or without financial restrictions. Failure to meet both Profitability and Liquidity criteria will exclude the tenderer to further evaluation. The ability to meet the ESPD form including, Legal status, Blacklisting, Modern slavery, Fair working practices and involvement/support of local community schemes as may be stated in a call-off contract. FURTHER DETAILS ARE PROVIDED WITHIN THE ITT DOCUMENTATION."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "periodRationale": "Depending on the nature and result of this Innovation Partnership procedure, companies may be required to invest significant resources to the delilvery of the resources. If the result does not result in such commitment, SPA reserves the right to limit the duration of the framework to 48 months."
            }
        },
        "classification": {
            "id": "71000000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 134-329896"
        }
    ],
    "description": "LHC is a joint committee of local authorities acting as a central purchasing body on behalf of contracting authorities throughout mainland UK (including partners of the Scottish Procurement Alliance) for whom we continue to monitor up to 500 live projects at any one time. Thanks to their ongoing and collective feedback and input into the development of this framework, and given the reach and scale of their collective' portfolios, the framework is both designed and anticipated to support the vast majority of requirements. Consequently, other contracting authorities that were not specifically consulted in the development of this framework may nevertheless also deem the framework to offer a value for money procurement solution for their own requirements, and may also use the framework. As of the date of publication of this notice our frameworks may be used by all contracting authorities in Scotland as defined by the Public Contracts Regulations (Scotland) 2015 and as listed on www.scottishprocurement.scot/24 and at present include but are not limited to Registered Social Landlords (RSL's), Tenant Management Organisations (TMOs) and Arm's Length Management Organisations (ALMOs), local authorities and any subsidiaries and joint-venture vehicles of those local authorities, health authorities, councils, boards and trusts, publicly funded schools, universities and further education establishments, colleges, police forces, fire and rescue services or registered charities. The use of Project Bank Accounts may be mandated depending on the value of the project. (SC Ref:611933)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000589977"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000589977"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "OPI1 S-1",
            "title": "OPI1 S3 OffSite Project Integrator - UKM5 - North East Scotland",
            "suppliers": [
                {
                    "id": "org-5",
                    "name": "WSP UK LTD"
                },
                {
                    "id": "org-6",
                    "name": "Arcadis (UK) Ltd"
                },
                {
                    "id": "org-7",
                    "name": "Ove Arup and Partners Ltd"
                },
                {
                    "id": "org-8",
                    "name": "Ramboll UK Limited"
                },
                {
                    "id": "org-9",
                    "name": "Turner & Townsend Project Management"
                },
                {
                    "id": "org-10",
                    "name": "blacc Ltd"
                }
            ],
            "relatedLots": [
                "3"
            ]
        },
        {
            "id": "OPI1 S-2",
            "title": "OPI1 S4 OffSite Project Integrator - UKM6 - Highlands Scotland",
            "suppliers": [
                {
                    "id": "org-9",
                    "name": "Turner & Townsend Project Management"
                },
                {
                    "id": "org-5",
                    "name": "WSP UK LTD"
                },
                {
                    "id": "org-10",
                    "name": "blacc Ltd"
                },
                {
                    "id": "org-7",
                    "name": "Ove Arup and Partners Ltd"
                },
                {
                    "id": "org-8",
                    "name": "Ramboll UK Limited"
                }
            ],
            "relatedLots": [
                "4"
            ]
        },
        {
            "id": "OPI1 S-3",
            "title": "OPI1 S5 OffSite Project Integrator - UKM9 - Southern Scotland",
            "suppliers": [
                {
                    "id": "org-9",
                    "name": "Turner & Townsend Project Management"
                },
                {
                    "id": "org-5",
                    "name": "WSP UK LTD"
                },
                {
                    "id": "org-10",
                    "name": "blacc Ltd"
                },
                {
                    "id": "org-11",
                    "name": "Mace Limited"
                },
                {
                    "id": "org-7",
                    "name": "Ove Arup and Partners Ltd"
                },
                {
                    "id": "org-8",
                    "name": "Ramboll UK Limited"
                }
            ],
            "relatedLots": [
                "5"
            ]
        },
        {
            "id": "OPI1 S-4",
            "title": "OPI1 S2 OffSite Project Integrator - UKM8 - South West Scotland",
            "suppliers": [
                {
                    "id": "org-9",
                    "name": "Turner & Townsend Project Management"
                },
                {
                    "id": "org-5",
                    "name": "WSP UK LTD"
                },
                {
                    "id": "org-6",
                    "name": "Arcadis (UK) Ltd"
                },
                {
                    "id": "org-10",
                    "name": "blacc Ltd"
                },
                {
                    "id": "org-7",
                    "name": "Ove Arup and Partners Ltd"
                },
                {
                    "id": "org-8",
                    "name": "Ramboll UK Limited"
                }
            ],
            "relatedLots": [
                "2"
            ]
        },
        {
            "id": "OPI1 S-5",
            "title": "OPI1 S1 OffSite Project Integrator - UKM7 Eastern Scotland OffSite",
            "suppliers": [
                {
                    "id": "org-8",
                    "name": "Ramboll UK Limited"
                },
                {
                    "id": "org-12",
                    "name": "Turner & Townsend Project Management Limited"
                },
                {
                    "id": "org-5",
                    "name": "WSP UK LTD"
                },
                {
                    "id": "org-6",
                    "name": "Arcadis (UK) Ltd"
                },
                {
                    "id": "org-13",
                    "name": "Ove Arup & Partners Limited"
                },
                {
                    "id": "org-10",
                    "name": "blacc Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "OPI1 S-1",
            "awardID": "OPI1 S-1",
            "title": "OPI1 S3 OffSite Project Integrator - UKM5 - North East Scotland",
            "status": "active",
            "value": {
                "amount": 30000000,
                "currency": "GBP"
            },
            "dateSigned": "2020-01-21T00:00:00Z"
        },
        {
            "id": "OPI1 S-2",
            "awardID": "OPI1 S-2",
            "title": "OPI1 S4 OffSite Project Integrator - UKM6 - Highlands Scotland",
            "status": "active",
            "value": {
                "amount": 30000000,
                "currency": "GBP"
            },
            "dateSigned": "2020-01-21T00:00:00Z"
        },
        {
            "id": "OPI1 S-3",
            "awardID": "OPI1 S-3",
            "title": "OPI1 S5 OffSite Project Integrator - UKM9 - Southern Scotland",
            "status": "active",
            "value": {
                "amount": 30000000,
                "currency": "GBP"
            },
            "dateSigned": "2020-01-21T00:00:00Z"
        },
        {
            "id": "OPI1 S-4",
            "awardID": "OPI1 S-4",
            "title": "OPI1 S2 OffSite Project Integrator - UKM8 - South West Scotland",
            "status": "active",
            "value": {
                "amount": 30000000,
                "currency": "GBP"
            },
            "dateSigned": "2020-01-21T00:00:00Z"
        },
        {
            "id": "OPI1 S-5",
            "awardID": "OPI1 S-5",
            "title": "OPI1 S1 OffSite Project Integrator - UKM7 Eastern Scotland OffSite",
            "status": "active",
            "value": {
                "amount": 30000000,
                "currency": "GBP"
            },
            "dateSigned": "2020-01-21T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "6",
                "measure": "bids",
                "value": 7,
                "relatedLot": "3"
            },
            {
                "id": "7",
                "measure": "smeBids",
                "value": 2,
                "relatedLot": "3"
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "3"
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "3"
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "value": 7,
                "relatedLot": "3"
            },
            {
                "id": "11",
                "measure": "bids",
                "value": 6,
                "relatedLot": "4"
            },
            {
                "id": "12",
                "measure": "smeBids",
                "value": 2,
                "relatedLot": "4"
            },
            {
                "id": "13",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "4"
            },
            {
                "id": "14",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "4"
            },
            {
                "id": "15",
                "measure": "electronicBids",
                "value": 6,
                "relatedLot": "4"
            },
            {
                "id": "16",
                "measure": "bids",
                "value": 7,
                "relatedLot": "5"
            },
            {
                "id": "17",
                "measure": "smeBids",
                "value": 2,
                "relatedLot": "5"
            },
            {
                "id": "18",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "5"
            },
            {
                "id": "19",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "5"
            },
            {
                "id": "20",
                "measure": "electronicBids",
                "value": 7,
                "relatedLot": "5"
            },
            {
                "id": "21",
                "measure": "bids",
                "value": 7,
                "relatedLot": "2"
            },
            {
                "id": "22",
                "measure": "smeBids",
                "value": 2,
                "relatedLot": "2"
            },
            {
                "id": "23",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "2"
            },
            {
                "id": "24",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "2"
            },
            {
                "id": "25",
                "measure": "electronicBids",
                "value": 7,
                "relatedLot": "2"
            },
            {
                "id": "26",
                "measure": "bids",
                "value": 7,
                "relatedLot": "1"
            },
            {
                "id": "27",
                "measure": "smeBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "28",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "29",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "30",
                "measure": "electronicBids",
                "value": 7,
                "relatedLot": "1"
            }
        ]
    }
}