Notice Information
Notice Title
Planned Preventative & Reactive Maintenance to Public Buildings
Notice Description
Perth and Kinross Council are seeking to appoint suitably qualified and experienced Contractors to carry out planned preventative and reactive maintenance on Public Buildings.
Lot Information
Inspection and Testing of Electrical Installations
Inspection and testing of electrical installations - Fixed wiring inspection and testing (TT system) - Fixed wiring inspection and testing - Inspection and testing associated with plant & equipment - Remedials associated with fixed wiring inspection and testing - Electrical routine visual inspections. Please note that all contract values are based on the anticipated value for 7 years.
Renewal: Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
Goods and Passenger LiftsLift system servicing
Renewal: Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
Fire & Security4) Fire & Security - Door access and time monitored systems - Coin mechanism systems - CCTV system inspection - Fire alarm system inspection - Very early smoke detection apparatus servicing - Intruder alarm inspection - Nurse call and disabled alarm systems - Panic alarm systems - Firefighting equipment inspection - Remote monitoring of alarm systems (fire/ intruder/ panic) - Doors, gates and security shutters (automated) inspection. Please note that all contract values are based on the anticipated value for 7 years.
Renewal: Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
Life Systems5) Life Systems - Fire stopping - Fire hydrants - Wet fire suppression sprinkler systems - Gas detection systems inspection - Gaseous fire extinguishing system inspection - Dry riser inspection and testing - Smoke ventilation (automatic) inspection
Renewal: Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
Ventilation6) Ventilation - Air conditioning system inspections (inc ducting & grilles) - Air handling units (inc ducting & grilles) - Mechanical ventilation systems (extract fans) (inc ducting & grilles) - Trane chillers - De-humidifier inspection - Humidifier - Automatic ventilation and wind catchers. Please note that all contract values are based on the anticipated value for 7 years.
Renewal: Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
Water Management8) Water Management - Monthly water monitoring - Quarterly water monitoring - Annual water monitoring - Annual sampling - Monthly sampling (swimming pools) - Risk assessment - Storage tanks - DWQR leak in water monitoring - Water coolers and drinking fountains. Please note that all contract values are based on the anticipated value for 7 years.
Renewal: Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
Renewables9) Renewables - Ground source heat pump servicing - Solar thermal panels - Solar water heating system inspection - Air source heat pump inspection - PV systems inspection - Rainwater harvesting - Battery storage. Please note that all contract values are based on the anticipated value for 7 years.
Renewal: Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
Biomass11) Biomass - Provision of Biomass fuel (inc ash collection) - Wood burning biomass boiler plant (service & repair) - Biomass fuel store clean & inspection - Biomass boiler - chimney clean. Please note that all contract values are based on the anticipated value for 7 years.
Renewal: Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
Drainage13) Drainage - Below ground drainage work, including CCTV surveys, jetting, hand rodding, drain lining, etc. - Planned works following drainage surveys - Rainwater goods - Suds - Biodiscs/ Septic Tanks
Renewal: Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
General Trades14) General Trades - Masonry - External Works - Waterproofing - Bituminous paving and surfacing - Floor and wall tiling - General painter works (internal and external) - General floor covering works including removals, screeding sheet and tiles - Glazier works - General joiner works - Food Hygiene report remedials - General drainage works. Please note that all contract values are based on the anticipated value for 7 years.
Renewal: Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
Joiner15) Joiner - Glazier works - General joiner works. Please note that all contract values are based on the anticipated value for 7 years.
Renewal: Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
Kitchen7) Kitchen - Maintenance of domestic home economics, electric & gas cooking appliances - Maintenance of training catering equipment - Commercial catering equipment servicing - Grease trap dosing system - Cleaning of kitchen ventilation canopy - Mechanical ventilation systems (extract fans) (inc ducting & grilles) - Fly Screen cleaning - Gas safety check and service of gas tumble dryer. Please note that all contract values are based on the anticipated value for 7 years.
Renewal: Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
Thorough Examination12) Thorough Examination - Fume cupboards - LOLER (lifts, roller shutter doors/ hoists) - PSSR (plate heat exchangers/ expansion vessels/ boilers/ pressure systems)
Renewal: Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
Plumbing & Heating10) Plumbing & Heating - Combined heat and power - Oil boiler inspection - Unvented and mains pressure cylinder inspection - Gas soundness testing - Oil storage tanks - Boiler monitoring systems (CO detector) - Gas boiler inspection - Pressurisation units, booster sets and circulation pumps - Plate heating exchanger inspection - Mains pressure cylinders - Warm water units (Calomax boilers) Indirect warm air unit servicing (includes ambirad) - Cabinet fan convection heaters - Building energy management system (not monitoring) - Underfloor heating - General plumber works to water services and waste piping, sanitary ware and fittings, etc. - General heating and hot water systems including boilers, pipework, valves, pumps, pressuring vessels, etc.. Please note that all contract values are based on the anticipated value for 7 years.
Renewal: Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
Electrical1) Electrical - Emergency lighting checks - Sports pitch flood lighting inspection - Portable appliance testing - Fixed appliance testing - Emergency generating plant - Maintenance of pool hoist - Patient lifting apparatus servicing and testing - Electrically operated storage heaters - Induction loop and PA systems - Lightning protection systems - Stage lighting and sound system inspection - AV Systems - Trace heating - Reactive maintenance of automatic & manual window openers - Reactive maintenance of window blinds (automated) - General electrical works including DBs, cabling and fittings, lighting, fans, appliances and earthing and bonding - Data communications, connecting of smartboards only & associated repairs. Please note that all contract values are based on the anticipated value for 7 years.
Renewal: Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000599601
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN387342
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - 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
31 - Electrical machinery, apparatus, equipment and consumables; lighting
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
42 - Industrial machinery
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
50 - Repair and maintenance services
71 - Architectural, construction, engineering and inspection services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
31625100 - Fire-detection systems
39141500 - Fume cupboards
39221000 - Kitchen equipment
42511110 - Heat pumps
44163112 - Drainage system
45213100 - Construction work for commercial buildings
45259300 - Heating-plant repair and maintenance work
45332200 - Water plumbing work
45421000 - Joinery work
50610000 - Repair and maintenance services of security equipment
50700000 - Repair and maintenance services of building installations
50710000 - Repair and maintenance services of electrical and mechanical building installations
50711000 - Repair and maintenance services of electrical building installations
50750000 - Lift-maintenance services
71315410 - Inspection of ventilation system
90733000 - Services related to water pollution
Notice Value(s)
- Tender Value
- £24,850,000 £10M-£100M
- Lots Value
- £27,335,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £28,229,416 £10M-£100M
Notice Dates
- Publication Date
- 29 May 20205 years ago
- Submission Deadline
- 11 Nov 2019Expired
- Future Notice Date
- Not specified
- Award Date
- 31 Mar 20205 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 7 years
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Unsuccessful
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- PERTH & KINROSS COUNCIL
- Contact Name
- Lynn McGeorge
- Contact Email
- contracts@pkc.gov.uk, lemcgeorge@pkc.gov.uk
- Contact Phone
- +44 1738475000
Buyer Location
- Locality
- PERTH
- Postcode
- PH1 5PH
- Post Town
- Perth
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM0 Eastern Scotland
- Small Region (ITL 3)
- TLM02 Perth and Kinross, and Stirling
- Delivery Location
- TLM77 Perth and Kinross, and Stirling
-
- Local Authority
- Perth and Kinross
- Electoral Ward
- Perth City Centre
- Westminster Constituency
- Perth and Kinross-shire
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT368080
Planned Preventative & Reactive Maintenance to Public Buildings - 1.1 Perth and Kinross Council are seeking to appoint suitably qualified and experienced Contractors to carry out planned preventative and reactive maintenance on Public Buildings. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN387342
Planned Preventative & Reactive Maintenance to Public Buildings - Perth and Kinross Council are seeking to appoint suitably qualified and experienced Contractors to carry out planned preventative and reactive maintenance on Public Buildings.
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-r6ebe6-0000599601-2020-05-29T00:00:00Z",
"date": "2020-05-29T00:00:00Z",
"ocid": "ocds-r6ebe6-0000599601",
"initiationType": "tender",
"parties": [
{
"id": "org-80",
"name": "Perth & Kinross Council",
"identifier": {
"legalName": "Perth & Kinross Council"
},
"address": {
"streetAddress": "2 High Street",
"locality": "Perth",
"region": "UKM77",
"postalCode": "PH1 5PH"
},
"contactPoint": {
"email": "contracts@pkc.gov.uk",
"telephone": "+44 1738475000"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
]
}
},
{
"id": "org-17",
"name": "Perth & Kinross Council",
"identifier": {
"legalName": "Perth & Kinross Council"
},
"address": {
"streetAddress": "2 High Street",
"locality": "Perth",
"region": "UKM77",
"postalCode": "PH1 5PH"
},
"contactPoint": {
"name": "Lynn McGeorge",
"email": "LEMcGeorge@pkc.gov.uk",
"telephone": "+44 1738475000",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.pkc.gov.uk"
}
},
{
"id": "org-471",
"name": "Perth & Kinross Council",
"identifier": {
"legalName": "Perth & Kinross Council"
},
"address": {
"streetAddress": "2 High Street",
"locality": "Perth",
"region": "UKM77",
"postalCode": "PH1 5PH"
},
"contactPoint": {
"name": "Lynn McGeorge",
"email": "LEMcGeorge@pkc.gov.uk",
"telephone": "+44 1738475000",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.pkc.gov.uk"
}
},
{
"id": "org-472",
"name": "QAPM Limited",
"identifier": {
"legalName": "QAPM Limited"
},
"address": {
"streetAddress": "Utilities House , 40 North Ellen Street",
"locality": "Dundee",
"region": "UK",
"postalCode": "DD3 7DH"
},
"contactPoint": {
"telephone": "+44 01382346666",
"faxNumber": "+44 01382204185"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-473",
"name": "JGM - John G Mackintosh",
"identifier": {
"legalName": "JGM - John G Mackintosh"
},
"address": {
"streetAddress": "30 Dryden Road, Midlothian",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH20 9LZ"
},
"contactPoint": {
"telephone": "+44 01316681168",
"faxNumber": "+44 01316681611"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-354",
"name": "Richard Irvin FM Limited",
"identifier": {
"legalName": "Richard Irvin FM Limited"
},
"address": {
"streetAddress": "Unit A1 City South Office Park , Portlethen",
"locality": "Aberdeen",
"region": "UK",
"postalCode": "AB12 4XX"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-474",
"name": "Alternative Heat Ltd.",
"identifier": {
"legalName": "Alternative Heat Ltd."
},
"address": {
"streetAddress": "Unit 18-19 Scarva Road Industrial Estate",
"locality": "Banbridge",
"region": "UK",
"postalCode": "BT32 3QD"
},
"contactPoint": {
"telephone": "+44 02843770700"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-439",
"name": "SSE Contracting",
"identifier": {
"legalName": "SSE Contracting"
},
"address": {
"streetAddress": "Central Depot, Ruthvenfield Way",
"locality": "Perth",
"region": "UKM77",
"postalCode": "PH1 3AF"
},
"contactPoint": {
"telephone": "+44 1738453028"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "https://www.ssecontracting.co.uk/"
}
},
{
"id": "org-475",
"name": "E.W Edwardson Electrical Contractors",
"identifier": {
"legalName": "E.W Edwardson Electrical Contractors"
},
"address": {
"streetAddress": "Boston Road, Viewfield Industrial Estate, Fife",
"locality": "Glenrothes",
"region": "UK",
"postalCode": "KY62RE"
},
"contactPoint": {
"telephone": "+44 07860919720"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-476",
"name": "SPIE Limited",
"identifier": {
"legalName": "SPIE Limited"
},
"address": {
"streetAddress": "2nd Floor, One Rutherglen Links",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G73 1DF"
},
"contactPoint": {
"telephone": "+44 01416137453"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-477",
"name": "Lovat's Catering",
"identifier": {
"legalName": "Lovat's Catering"
},
"address": {
"streetAddress": "Muirhead, Mitchelston Industrial Estate",
"locality": "Kirkcaldy",
"region": "UKM72",
"postalCode": "KY1 3PB"
},
"contactPoint": {
"telephone": "+44 01592640643"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-478",
"name": "Integrated Water Services Ltd",
"identifier": {
"legalName": "Integrated Water Services Ltd"
},
"address": {
"streetAddress": "Unit 3a, Monkland Industrial Estate,, Kirkshaws Road",
"locality": "Coatbridge",
"region": "UK",
"postalCode": "ML5 4RP"
},
"contactPoint": {
"telephone": "+44 01236436686",
"faxNumber": "+44 01236436689"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-479",
"name": "Perth Sheriff Court House",
"identifier": {
"legalName": "Perth Sheriff Court House"
},
"address": {
"streetAddress": "Tay St",
"locality": "Perth",
"postalCode": "PH2 8NL"
},
"contactPoint": {
"telephone": "+44 01738620546",
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Perth & Kinross Council",
"id": "org-471"
},
"tender": {
"id": "PKC10857",
"title": "Planned Preventative & Reactive Maintenance to Public Buildings",
"description": "Perth and Kinross Council are seeking to appoint suitably qualified and experienced Contractors to carry out planned preventative and reactive maintenance on Public Buildings.",
"status": "complete",
"items": [
{
"id": "2",
"additionalClassifications": [
{
"id": "50711000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM77"
},
{
"region": "UKM77"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "50750000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM77"
},
{
"region": "UKM77"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"id": "50610000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM77"
},
{
"region": "UKM77"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"id": "31625100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM77"
},
{
"region": "UKM77"
}
],
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"id": "71315410",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM77"
},
{
"region": "UKM77"
}
],
"relatedLot": "6"
},
{
"id": "8",
"additionalClassifications": [
{
"id": "90733000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM77"
},
{
"region": "UKM77"
}
],
"relatedLot": "8"
},
{
"id": "9",
"additionalClassifications": [
{
"id": "42511110",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM77"
},
{
"region": "UKM77"
}
],
"relatedLot": "9"
},
{
"id": "11",
"additionalClassifications": [
{
"id": "45259300",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM77"
},
{
"region": "UKM77"
}
],
"relatedLot": "11"
},
{
"id": "13",
"additionalClassifications": [
{
"id": "44163112",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM77"
},
{
"region": "UKM77"
}
],
"relatedLot": "13"
},
{
"id": "14",
"additionalClassifications": [
{
"id": "50700000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM77"
},
{
"region": "UKM77"
}
],
"relatedLot": "14"
},
{
"id": "15",
"additionalClassifications": [
{
"id": "45421000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM77"
},
{
"region": "UKM77"
}
],
"relatedLot": "15"
},
{
"id": "7",
"additionalClassifications": [
{
"id": "39221000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM77"
},
{
"region": "UKM77"
}
],
"relatedLot": "7"
},
{
"id": "12",
"additionalClassifications": [
{
"id": "39141500",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM77"
},
{
"region": "UKM77"
}
],
"relatedLot": "12"
},
{
"id": "10",
"additionalClassifications": [
{
"id": "45332200",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM77"
},
{
"region": "UKM77"
}
],
"relatedLot": "10"
},
{
"id": "1",
"additionalClassifications": [
{
"id": "50710000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM77"
},
{
"region": "UKM77"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 24850000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2019-11-11T12:00:00Z"
},
"awardPeriod": {
"startDate": "2019-11-11T12:00:00Z"
},
"documents": [
{
"id": "OCT368080",
"documentType": "contractNotice",
"title": "Planned Preventative & Reactive Maintenance to Public Buildings",
"description": "1.1 Perth and Kinross Council are seeking to appoint suitably qualified and experienced Contractors to carry out planned preventative and reactive maintenance on Public Buildings.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT368080",
"format": "text/html"
},
{
"id": "JUN387342",
"documentType": "awardNotice",
"title": "Planned Preventative & Reactive Maintenance to Public Buildings",
"description": "Perth and Kinross Council are seeking to appoint suitably qualified and experienced Contractors to carry out planned preventative and reactive maintenance on Public Buildings.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN387342",
"format": "text/html"
}
],
"lots": [
{
"id": "2",
"title": "Inspection and Testing of Electrical Installations",
"description": "Inspection and testing of electrical installations - Fixed wiring inspection and testing (TT system) - Fixed wiring inspection and testing - Inspection and testing associated with plant & equipment - Remedials associated with fixed wiring inspection and testing - Electrical routine visual inspections. Please note that all contract values are based on the anticipated value for 7 years.",
"status": "complete",
"value": {
"amount": 24850000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years."
}
},
{
"id": "3",
"title": "Goods and Passenger Lifts",
"description": "Lift system servicing",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years."
}
},
{
"id": "4",
"title": "Fire & Security",
"description": "4) Fire & Security - Door access and time monitored systems - Coin mechanism systems - CCTV system inspection - Fire alarm system inspection - Very early smoke detection apparatus servicing - Intruder alarm inspection - Nurse call and disabled alarm systems - Panic alarm systems - Firefighting equipment inspection - Remote monitoring of alarm systems (fire/ intruder/ panic) - Doors, gates and security shutters (automated) inspection. Please note that all contract values are based on the anticipated value for 7 years.",
"status": "complete",
"value": {
"amount": 24850000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years."
}
},
{
"id": "5",
"title": "Life Systems",
"description": "5) Life Systems - Fire stopping - Fire hydrants - Wet fire suppression sprinkler systems - Gas detection systems inspection - Gaseous fire extinguishing system inspection - Dry riser inspection and testing - Smoke ventilation (automatic) inspection",
"status": "complete",
"value": {
"amount": 24850000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years."
}
},
{
"id": "6",
"title": "Ventilation",
"description": "6) Ventilation - Air conditioning system inspections (inc ducting & grilles) - Air handling units (inc ducting & grilles) - Mechanical ventilation systems (extract fans) (inc ducting & grilles) - Trane chillers - De-humidifier inspection - Humidifier - Automatic ventilation and wind catchers. Please note that all contract values are based on the anticipated value for 7 years.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years."
}
},
{
"id": "8",
"title": "Water Management",
"description": "8) Water Management - Monthly water monitoring - Quarterly water monitoring - Annual water monitoring - Annual sampling - Monthly sampling (swimming pools) - Risk assessment - Storage tanks - DWQR leak in water monitoring - Water coolers and drinking fountains. Please note that all contract values are based on the anticipated value for 7 years.",
"status": "complete",
"value": {
"amount": 24850000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years."
}
},
{
"id": "9",
"title": "Renewables",
"description": "9) Renewables - Ground source heat pump servicing - Solar thermal panels - Solar water heating system inspection - Air source heat pump inspection - PV systems inspection - Rainwater harvesting - Battery storage. Please note that all contract values are based on the anticipated value for 7 years.",
"status": "complete",
"value": {
"amount": 24850000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years."
}
},
{
"id": "11",
"title": "Biomass",
"description": "11) Biomass - Provision of Biomass fuel (inc ash collection) - Wood burning biomass boiler plant (service & repair) - Biomass fuel store clean & inspection - Biomass boiler - chimney clean. Please note that all contract values are based on the anticipated value for 7 years.",
"status": "complete",
"value": {
"amount": 2485000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years."
}
},
{
"id": "13",
"title": "Drainage",
"description": "13) Drainage - Below ground drainage work, including CCTV surveys, jetting, hand rodding, drain lining, etc. - Planned works following drainage surveys - Rainwater goods - Suds - Biodiscs/ Septic Tanks",
"status": "complete",
"value": {
"amount": 2485000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years."
}
},
{
"id": "14",
"title": "General Trades",
"description": "14) General Trades - Masonry - External Works - Waterproofing - Bituminous paving and surfacing - Floor and wall tiling - General painter works (internal and external) - General floor covering works including removals, screeding sheet and tiles - Glazier works - General joiner works - Food Hygiene report remedials - General drainage works. Please note that all contract values are based on the anticipated value for 7 years.",
"status": "complete",
"value": {
"amount": 2485000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years."
}
},
{
"id": "15",
"title": "Joiner",
"description": "15) Joiner - Glazier works - General joiner works. Please note that all contract values are based on the anticipated value for 7 years.",
"status": "complete",
"value": {
"amount": 24850000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years."
}
},
{
"id": "7",
"title": "Kitchen",
"description": "7) Kitchen - Maintenance of domestic home economics, electric & gas cooking appliances - Maintenance of training catering equipment - Commercial catering equipment servicing - Grease trap dosing system - Cleaning of kitchen ventilation canopy - Mechanical ventilation systems (extract fans) (inc ducting & grilles) - Fly Screen cleaning - Gas safety check and service of gas tumble dryer. Please note that all contract values are based on the anticipated value for 7 years.",
"status": "complete",
"value": {
"amount": 24850000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years."
}
},
{
"id": "12",
"title": "Thorough Examination",
"description": "12) Thorough Examination - Fume cupboards - LOLER (lifts, roller shutter doors/ hoists) - PSSR (plate heat exchangers/ expansion vessels/ boilers/ pressure systems)",
"status": "complete",
"value": {
"amount": 2485000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years."
}
},
{
"id": "10",
"title": "Plumbing & Heating",
"description": "10) Plumbing & Heating - Combined heat and power - Oil boiler inspection - Unvented and mains pressure cylinder inspection - Gas soundness testing - Oil storage tanks - Boiler monitoring systems (CO detector) - Gas boiler inspection - Pressurisation units, booster sets and circulation pumps - Plate heating exchanger inspection - Mains pressure cylinders - Warm water units (Calomax boilers) Indirect warm air unit servicing (includes ambirad) - Cabinet fan convection heaters - Building energy management system (not monitoring) - Underfloor heating - General plumber works to water services and waste piping, sanitary ware and fittings, etc. - General heating and hot water systems including boilers, pipework, valves, pumps, pressuring vessels, etc.. Please note that all contract values are based on the anticipated value for 7 years.",
"status": "complete",
"value": {
"amount": 24850000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years."
}
},
{
"id": "1",
"title": "Electrical",
"description": "1) Electrical - Emergency lighting checks - Sports pitch flood lighting inspection - Portable appliance testing - Fixed appliance testing - Emergency generating plant - Maintenance of pool hoist - Patient lifting apparatus servicing and testing - Electrically operated storage heaters - Induction loop and PA systems - Lightning protection systems - Stage lighting and sound system inspection - AV Systems - Trace heating - Reactive maintenance of automatic & manual window openers - Reactive maintenance of window blinds (automated) - General electrical works including DBs, cabling and fittings, lighting, fans, appliances and earthing and bonding - Data communications, connecting of smartboards only & associated repairs. Please note that all contract values are based on the anticipated value for 7 years.",
"status": "complete",
"value": {
"amount": 24850000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years."
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 15
},
"bidOpening": {
"date": "2019-11-11T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "A: Suitability 4A.1 Bidders that are applying for the following Lots/Contracts must confirm that they are registered members of the listed bodies below: LOT 1 ELECTRICAL. Any Contractor or Sub-Contractor undertaking works shall be an Approved Contractor on the roll of the following bodies: - National Inspection Council for Electrical Installation Contracting (NICEIC) and/or Scottish Electrical Contractors' Association (SELECT) LOT 2 INSPECTION AND TESTING OF ELECTRICAL INSTALLATIONS. Any Contractor or Sub-Contractor undertaking works shall be an Approved Contractor on the roll of the following bodies: - National Inspection Council for Electrical Installation Contracting (NICEIC) and/or Scottish Electrical Contractors' Association (SELECT) LOT 3 LIFT SYSTEM SERVICING. Any Contractor or Sub-Contractor undertaking works shall be an Approved Contractor on the roll of the following bodies: - Lift and Escalator Industry Association (LEIA) and/ or Lifting Equipment Engineers Association (LEEA) - National Inspection Council for Electrical Installation Contracting (NICEIC) and/or Scottish Electrical Contractors' Association (SELECT) LOT 4 FIRE AND SECURITY. Any Contractor or Sub-Contractor undertaking works shall be an Approved Contractor on the roll of the following bodies: - National Inspection Council for Electrical Installation Contracting (NICEIC) and/or Scottish Electrical Contractors' Association (SELECT) - Security Systems and Alarms Inspection Board (SSAIB) and/or National Security Inspectorate (NSI) - Electrical Contractors Association (ECA) - British Approvals for Fire Equipment (BAFE) - Automatic Door Suppliers Association (ADSA) LOT 5 LIFE SYSTEMS. Any Contractor or Sub-Contractor undertaking works shall be an Approved Contractor on the roll of the following bodies: - British Approvals for Fire Equipment (BAFE) - British Automatic Fire Sprinkler Association (BAFSA) - F-Gas Certification LOT 6 VENTILATION. Any Contractor or Sub-Contractor undertaking works shall be an Approved Contractor on the roll of the following bodies: - Building & Engineering Services Association - F-Gas Certification - National Inspection Council for Electrical Installation Contracting (NICEIC) and/or Scottish Electrical Contractors' Association (SELECT) LOT 7 KITCHEN. Any Contractor or Sub-Contractor undertaking works shall be an Approved Contractor on the roll of the following bodies: - Gas Safe - National Inspection Council for Electrical Installation Contracting (NICEIC) and/or Scottish Electrical Contractors' Association (SELECT) LOT 8 WATER MANAGEMENT. Any Contractor or Sub-Contractor undertaking works shall be an Approved Contractor on the roll of the following bodies: - Water Industry Approved Plumber Scheme (WIAPS), or an equivalent independent approval body. - Member of WaterSafe or Scottish Water Approved Contractor. LOT 9 RENEWABLES. Any Contractor or Sub-Contractor undertaking works shall be an Approved Contractor on the roll of the following bodies: - The Microgeneration Certification Scheme - National Inspection Council for Electrical Installation Contracting (NICEIC) and/or Scottish Electrical Contractors' Association (SELECT) LOT 10 PLUMBING & HEATING. Any Contractor or Sub-Contractor undertaking works shall be an Approved Contractor on the roll of the following bodies: - Gas Safe - OFTEC - Water Industry Approved Plumber Scheme (WIAPS), or an equivalent independent approval body. - Member of WaterSafe or Scottish Water Approved Contractor. - Building & Engineering Services Association - National Inspection Council for Electrical Installation Contracting (NICEIC) and/or Scottish Electrical Contractors' Association (SELECT) LOT 11 BIOMASS. Any Contractor of Sub-Contractor undertaking works shall be a member of: - The Microgeneration Certification Scheme (MCS), or certified by an equivalent scheme - National Inspection Council for Electrical Installation Contracting (NICEIC) and/or Scottish Electrical Contractors' Association (SELECT)"
},
{
"type": "economic",
"description": "4B.4 Bidders will be required to state the values for the following for the last two financial years: 1. Current Ratio (Current Assets divided by Current Liabilities) 2. Net Assets (Net Worth) (value per the Balance Sheet, no calculations required) 4B.5.1 The Bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract the types and levels of insurance indicated below: Employer's Liability Insurance in the sum of 10,000,000 GPB Public Liability Insurance in the sum of 5,000,000 GPB Professional Indemnity Insurance in the sum of 2,000,000 GPB",
"minimum": "4B.4 The acceptable range is: 1. Current Ratio it is expected that the ratio for all years is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract. 2. Net Assets (Net Worth) it is expected that the Net Worth for all years will be positive, i.e. a Net Assets position. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract. The Council will download a Dun & Bradstreet Credit Report for the preferred supplier prior to the award of contract. The contract will not be awarded in the event that the assessment of business failure is regarded as 'High' or 'Severe'. The Council may require additional satisfactory evidence in the event that the risk of business failure is regarded as 'Moderate - High' or 'Moderate' to justify the award of contract. If the supplier fails to provide satisfactory and acceptable evidence, Perth & Kinross Council is not obliged to award the contract to the most economically advantageous tenderer. 4B.5.1 The Bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract the types and levels of insurance indicated below: Employer's Liability Insurance in the sum of 10,000,000 GPB for each and every claim. Public Liability Insurance in the sum of 5,000,000 GPB for each and every claim. Professional Indemnity Insurance in the sum of 2,000,000 GPB in the aggregate of one automatic reinstatement of this sum permitted within the policy terms."
},
{
"type": "technical",
"description": "4C: Technical and Professional Ability 4C: Bidders are required to provide details of their participation in contracts or frameworks where they have successfully delivered comparable works within a similar environment, i.e. non-domestic, over a term (3 to 4 years) for a local authority or similar scale body. Details should be relevant to the lot/contract that the bidder is tendering for and include 3 examples for each lot or lots. 4D: Quality Assurance",
"minimum": "4D.1 Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR 2. The bidder must have the following: a. A documented policy regarding quality management. b. Documented procedures for periodically reviewing, correcting and improving quality performance. c. A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery. d. Documented arrangements for providing the bidder's workforce with quality related training. e. Documented arrangements that the organisation has a system for monitoring quality management procedures on an on-going basis. f. Documented arrangements for ensuring that the bidders apply quality management measures. g. A documented process demonstrating how the bidder deals with complaints. Health and Safety Procedures 3. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent). OR, 4a The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management. 4c. A documented procedure how the bidder obtains access to competent Health and Safety advice and assistance. 4d. Documented arrangements for providing the bidder's workforce with training and information appropriate to the type of work of which the organisation is likely to bid. 4e. A documented procedure describing what H&S or other relevant qualifications and experience the bidder's workforce has. 4f. Documented arrangements for checking, reviewing and where necessary, improving the bidders H&S performance. 4g. Documented arrangements for involving the bidder's workforce in the planning and implementation of H&S measures. 4h. Documented procedures for recording accidents/incidents and undertaking follow-up action. This will include records of accident rates and frequency for all RIDDOR reportable events for at least the last 3 years. 4i. Documented arrangements for ensuring that the bidder's suppliers apply H&S measures to a standard appropriate to the work for which they are being engaged. 4j. Documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary. 4k. Documented arrangements for co-operating and co-ordinating the bidder's work with other suppliers. 4l. FOR CONSTRUCTION/WORKS CONTRACTS ONLY Documented arrangements for ensuring that on-site welfare provision meets legal requirements and the needs/expectations of the bidder's employees. 4m. You must meet any health and safety requirements placed upon you by law. 4D.2 Environmental Management 1 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, OR 2. The bidder must have the following: a. A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. b. Documented arrangements for ensuring that the bidder's environmental management procedures are effective in reducing / preventing significant impacts on the environment. c. Documented arrangements for providing employees with training and information on environmental issues. d. Documented arrangements for checking, reviewing and where necessary improving, the bidder's environmental management performance. e. Documented arrangements checking, reviewing and where necessary improving, the bidder's environmental management performance and the environmental impact of this organisation. f. Procedures for dealing with waste (e.g. waste management plans, waste segregation, recycling etc.). g. Documented arrangements for ensuring that any suppliers the bidder engages apply environmental protection measures that are appropriate to the work for which they are being engaged."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2020-02-11T00:00:00Z"
}
},
"classification": {
"id": "45213100",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "7 years"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"amendments": [
{
"id": "amd-19",
"description": "Deadline extended due to system downtime.",
"unstructuredChanges": [
{
"oldValue": {
"date": "2019-11-11T12:00:00Z"
},
"newValue": {
"date": "2019-11-15T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2020-02-11T00:00:00Z"
},
"newValue": {
"date": "2020-02-14T00:00:00Z"
},
"where": {
"section": "IV.2.6",
"label": "Minimum time frame during which the tenderer must maintain the tender"
}
},
{
"oldValue": {
"date": "2019-11-11T12:00:00Z"
},
"newValue": {
"date": "2019-11-15T12:00:00Z"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
]
}
]
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2019/S 193-467769"
}
],
"description": "The prices shall be fixed for the first period of the contract up to 31 March 2021. The Price List shall be updated on annual basis thereafter, by indexation for all work described in the Service Information and/or Task Orders having a starting date on or after 01 April in the subsequent years of the Service Period. (SC Ref:620862)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000599601"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000599601"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000599601"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "PKC10857-1",
"title": "Joiner",
"suppliers": [
{
"id": "org-472",
"name": "QAPM Limited"
}
],
"relatedLots": [
"15"
]
},
{
"id": "PKC10857-2",
"title": "Electrical",
"suppliers": [
{
"id": "org-473",
"name": "JGM - John G Mackintosh"
}
],
"relatedLots": [
"1"
]
},
{
"id": "PKC10857-3",
"title": "Plumbing & Heating",
"suppliers": [
{
"id": "org-354",
"name": "Richard Irvin FM Limited"
}
],
"relatedLots": [
"10"
]
},
{
"id": "PKC10857-4",
"title": "Biomass",
"suppliers": [
{
"id": "org-474",
"name": "Alternative Heat Ltd."
}
],
"relatedLots": [
"11"
]
},
{
"id": "PKC10857-5",
"title": "Thorough Examination",
"status": "unsuccessful",
"statusDetails": "unsuccessful",
"relatedLots": [
"12"
]
},
{
"id": "PKC10857-6",
"title": "Drainage",
"status": "unsuccessful",
"statusDetails": "discontinued",
"relatedLots": [
"13"
]
},
{
"id": "PKC10857-7",
"title": "General Trades",
"suppliers": [
{
"id": "org-472",
"name": "QAPM Limited"
}
],
"relatedLots": [
"14"
]
},
{
"id": "PKC10857-8",
"title": "Inspection and Testing of Electrical Installations",
"suppliers": [
{
"id": "org-439",
"name": "SSE Contracting"
},
{
"id": "org-475",
"name": "E.W Edwardson Electrical Contractors"
}
],
"relatedLots": [
"2"
]
},
{
"id": "PKC10857-9",
"title": "Goods and Passenger Lifts",
"status": "unsuccessful",
"statusDetails": "unsuccessful",
"relatedLots": [
"3"
]
},
{
"id": "PKC10857-10",
"title": "Fire & Security",
"suppliers": [
{
"id": "org-476",
"name": "SPIE Limited"
}
],
"relatedLots": [
"4"
]
},
{
"id": "PKC10857-11",
"title": "Life Systems",
"status": "unsuccessful",
"statusDetails": "unsuccessful",
"relatedLots": [
"5"
]
},
{
"id": "PKC10857-12",
"title": "Ventilation",
"suppliers": [
{
"id": "org-354",
"name": "Richard Irvin FM Limited"
}
],
"relatedLots": [
"6"
]
},
{
"id": "PKC10857-13",
"title": "Kitchen",
"suppliers": [
{
"id": "org-477",
"name": "Lovat's Catering"
}
],
"relatedLots": [
"7"
]
},
{
"id": "PKC10857-14",
"title": "Water Management",
"suppliers": [
{
"id": "org-478",
"name": "Integrated Water Services Ltd"
}
],
"relatedLots": [
"8"
]
},
{
"id": "PKC10857-15",
"title": "Renewables",
"suppliers": [
{
"id": "org-474",
"name": "Alternative Heat Ltd."
}
],
"relatedLots": [
"9"
]
}
],
"contracts": [
{
"id": "PKC10857-1",
"awardID": "PKC10857-1",
"title": "Joiner",
"status": "active",
"value": {
"amount": 1102500,
"currency": "GBP"
},
"dateSigned": "2020-03-31T00:00:00Z"
},
{
"id": "PKC10857-2",
"awardID": "PKC10857-2",
"title": "Electrical",
"status": "active",
"value": {
"amount": 2437711.5,
"currency": "GBP"
},
"dateSigned": "2020-03-31T00:00:00Z"
},
{
"id": "PKC10857-3",
"awardID": "PKC10857-3",
"title": "Plumbing & Heating",
"status": "active",
"value": {
"amount": 1316474.18,
"currency": "GBP"
},
"dateSigned": "2020-03-31T00:00:00Z"
},
{
"id": "PKC10857-4",
"awardID": "PKC10857-4",
"title": "Biomass",
"status": "active",
"value": {
"amount": 2442311.97,
"currency": "GBP"
},
"dateSigned": "2020-03-31T00:00:00Z"
},
{
"id": "PKC10857-7",
"awardID": "PKC10857-7",
"title": "General Trades",
"status": "active",
"value": {
"amount": 1286250,
"currency": "GBP"
},
"dateSigned": "2020-03-31T00:00:00Z"
},
{
"id": "PKC10857-8",
"awardID": "PKC10857-8",
"title": "Inspection and Testing of Electrical Installations",
"status": "active",
"value": {
"amount": 15684640.9,
"currency": "GBP"
},
"dateSigned": "2020-03-31T00:00:00Z"
},
{
"id": "PKC10857-10",
"awardID": "PKC10857-10",
"title": "Fire & Security",
"status": "active",
"value": {
"amount": 1234397.5,
"currency": "GBP"
},
"dateSigned": "2020-03-31T00:00:00Z"
},
{
"id": "PKC10857-12",
"awardID": "PKC10857-12",
"title": "Ventilation",
"status": "active",
"value": {
"amount": 495389.93,
"currency": "GBP"
},
"dateSigned": "2020-03-31T00:00:00Z"
},
{
"id": "PKC10857-13",
"awardID": "PKC10857-13",
"title": "Kitchen",
"status": "active",
"value": {
"amount": 691723.62,
"currency": "GBP"
},
"dateSigned": "2020-03-31T00:00:00Z"
},
{
"id": "PKC10857-14",
"awardID": "PKC10857-14",
"title": "Water Management",
"status": "active",
"value": {
"amount": 1065925,
"currency": "GBP"
},
"dateSigned": "2020-03-31T00:00:00Z"
},
{
"id": "PKC10857-15",
"awardID": "PKC10857-15",
"title": "Renewables",
"status": "active",
"value": {
"amount": 472096.94,
"currency": "GBP"
},
"dateSigned": "2020-03-31T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1083",
"measure": "bids",
"value": 3,
"relatedLot": "15"
},
{
"id": "1084",
"measure": "smeBids",
"value": 3,
"relatedLot": "15"
},
{
"id": "1085",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "15"
},
{
"id": "1086",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "15"
},
{
"id": "1087",
"measure": "electronicBids",
"value": 3,
"relatedLot": "15"
},
{
"id": "1088",
"measure": "bids",
"value": 5,
"relatedLot": "1"
},
{
"id": "1089",
"measure": "smeBids",
"value": 3,
"relatedLot": "1"
},
{
"id": "1090",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "1091",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "1092",
"measure": "electronicBids",
"value": 5,
"relatedLot": "1"
},
{
"id": "1093",
"measure": "bids",
"value": 3,
"relatedLot": "10"
},
{
"id": "1094",
"measure": "smeBids",
"value": 1,
"relatedLot": "10"
},
{
"id": "1095",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "10"
},
{
"id": "1096",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "10"
},
{
"id": "1097",
"measure": "electronicBids",
"value": 3,
"relatedLot": "10"
},
{
"id": "1098",
"measure": "bids",
"value": 2,
"relatedLot": "11"
},
{
"id": "1099",
"measure": "smeBids",
"value": 1,
"relatedLot": "11"
},
{
"id": "1100",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "11"
},
{
"id": "1101",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "11"
},
{
"id": "1102",
"measure": "electronicBids",
"value": 2,
"relatedLot": "11"
},
{
"id": "1103",
"measure": "bids",
"value": 2,
"relatedLot": "14"
},
{
"id": "1104",
"measure": "smeBids",
"value": 2,
"relatedLot": "14"
},
{
"id": "1105",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "14"
},
{
"id": "1106",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "14"
},
{
"id": "1107",
"measure": "electronicBids",
"value": 2,
"relatedLot": "14"
},
{
"id": "1108",
"measure": "bids",
"value": 4,
"relatedLot": "2"
},
{
"id": "1109",
"measure": "smeBids",
"value": 2,
"relatedLot": "2"
},
{
"id": "1110",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "2"
},
{
"id": "1111",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "2"
},
{
"id": "1112",
"measure": "electronicBids",
"value": 4,
"relatedLot": "2"
},
{
"id": "1113",
"measure": "bids",
"value": 6,
"relatedLot": "4"
},
{
"id": "1114",
"measure": "smeBids",
"value": 5,
"relatedLot": "4"
},
{
"id": "1115",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "4"
},
{
"id": "1116",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "4"
},
{
"id": "1117",
"measure": "electronicBids",
"value": 6,
"relatedLot": "4"
},
{
"id": "1118",
"measure": "bids",
"value": 5,
"relatedLot": "6"
},
{
"id": "1119",
"measure": "smeBids",
"value": 2,
"relatedLot": "6"
},
{
"id": "1120",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "6"
},
{
"id": "1121",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "6"
},
{
"id": "1122",
"measure": "electronicBids",
"value": 5,
"relatedLot": "6"
},
{
"id": "1123",
"measure": "bids",
"value": 2,
"relatedLot": "7"
},
{
"id": "1124",
"measure": "smeBids",
"value": 2,
"relatedLot": "7"
},
{
"id": "1125",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "7"
},
{
"id": "1126",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "7"
},
{
"id": "1127",
"measure": "electronicBids",
"value": 2,
"relatedLot": "7"
},
{
"id": "1128",
"measure": "bids",
"value": 3,
"relatedLot": "8"
},
{
"id": "1129",
"measure": "smeBids",
"value": 1,
"relatedLot": "8"
},
{
"id": "1130",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "8"
},
{
"id": "1131",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "8"
},
{
"id": "1132",
"measure": "electronicBids",
"value": 3,
"relatedLot": "8"
},
{
"id": "1133",
"measure": "bids",
"value": 1,
"relatedLot": "9"
},
{
"id": "1134",
"measure": "smeBids",
"value": 0,
"relatedLot": "9"
},
{
"id": "1135",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "9"
},
{
"id": "1136",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "9"
},
{
"id": "1137",
"measure": "electronicBids",
"value": 1,
"relatedLot": "9"
}
]
}
}