Notice Information
Notice Title
Removal, Relocation and Warehouse Storage Services
Notice Description
The Council is seeking to establish a multi supplier ranked framework agreement for removal, relocation and warehouse storage services for the Council and Renfrewshire Leisure Limited.
Lot Information
Removal, Relocation and Warehouse Storage Services for Adhoc requirements
Service Providers appointed onto the framework will be required to undertake the following related Services: Removal & Relocation Services: -Dis-assembly, Removal or Relocation and rebuild of office furniture items & storage units , monitor arms, desk power supplies from one office premises to another. Disposal and Recycling of obsolete, defective or life expired items, processed to comply with Waste recycling and WEEE regulations. Removal & Warehouse Storage Services - Removal of office furniture or equipment from a Premises and delivered to and stored at the Service Providers warehouse storage facility using Inventory management storage techniques. The Council would expect as a minimum the following items to be transported and be available at site:- Pallet skates ,Qty 4 Hydraulic moving lifting trolleys with securing straps ;CE test certificates Qty 1 Sack barrows ,Qty 4 Double sided trolley with securing straps /cage for desks ;Qty2 For vehicle loading a tailgate loading or a vehicle lifting jib -all vehicles Vehicle storage compartments /frame for safe distributed/ securing of loads Electric Power tools Qty 4 for dismantling or assembling furniture items Move storage crates Toolkit Qty 4 Cleaning equipment PPE Safety wear Lot 1 of the framework may also be utilised by Renfrewshire Leisure Limited. Should Renfrewshire Leisure Limited award any contracts under the framework the contract shall be between Renfrewshire Leisure Limited and the Service Provider.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Renewal: The framework agreement will be for an initial period of three (3) years with the option, at the sole discretion of Renfrewshire Council, to extend the framework agreement for a period of one (1) year up to a maximum contract period of four (4) years.
Removal, Relocation and Warehouse Storage Services for Homeless ServicesService Providers appointed onto the framework will be required to undertake the following related Services: Removal & Relocation Services - Removal and Relocation of furniture and personal belongings from one Premises to another Removal & Warehouse Storage Services - Removal of furniture and personal belongings from a Premises and delivered to and stored at the Service Providers warehouse storage facility The Council would expect as a minimum the following items to be transported and be available at site: Pallet skates ,Qty 4 Hydraulic moving lifting trolleys with securing straps ;CE test certificates Qty 1 Sack barrows ,Qty 4 For vehicle loading a tailgate loading or a vehicle lifting jib -all vehicles Vehicle storage compartments /frame for safe distributed/ securing of loads Electric Power tools Qty 4 for dismantling or assembling furniture items Toolkit Qty 4 Cleaning equipment PPE Safety Wear. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Renewal: The framework agreement will be for an initial period of three (3) years with the option, at the sole discretion of Renfrewshire Council, to extend the framework agreement for a period of one (1) year up to a maximum contract period of four (4) years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000614810
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR384385
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
63 - Supporting and auxiliary transport services; travel agencies services
98 - Other community, social and personal services
-
- CPV Codes
63120000 - Storage and warehousing services
63122000 - Warehousing services
98340000 - Accommodation and office services
98392000 - Relocation services
Notice Value(s)
- Tender Value
- £500,000 £500K-£1M
- Lots Value
- £500,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 27 Mar 20205 years ago
- Submission Deadline
- 6 Apr 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 27 Mar 20205 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- If the services are still required following expiry of the framework then a re-tender may take place.
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE RENFREWSHIRE COUNCIL
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- graeme.clark@renfrewshire.gov.uk, julie.telford@renfrewshire.gov.uk
- Contact Phone
- +44 1416187390, +44 3003000300
Buyer Location
- Locality
- PAISLEY
- Postcode
- PA1 1JB
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- Renfrewshire
- Electoral Ward
- Paisley Northeast and Ralston
- Westminster Constituency
- Paisley and Renfrewshire North
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR382599
Removal, Relocation and Warehouse Storage Services - The Council is seeking to establish a multi supplier ranked framework agreement for removal, relocation and warehouse storage services for the Council and Renfrewshire Leisure Limited. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR384385
Removal, Relocation and Warehouse Storage Services - The Council is seeking to establish a multi supplier ranked framework agreement for removal, relocation and warehouse storage services for the Council and Renfrewshire Leisure Limited.
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-r6ebe6-0000614810-2020-03-27T00:00:00Z",
"date": "2020-03-27T00:00:00Z",
"ocid": "ocds-r6ebe6-0000614810",
"initiationType": "tender",
"parties": [
{
"id": "org-89",
"name": "The Renfrewshire Council",
"identifier": {
"legalName": "The Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"email": "graeme.clark@renfrewshire.gov.uk",
"telephone": "+44 3003000300",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-90",
"name": "Renfrewshire Leisure Limited",
"identifier": {
"legalName": "Renfrewshire Leisure Limited"
},
"address": {
"streetAddress": "The Lagoon Centre, Christie Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1NB"
},
"contactPoint": {
"email": "julie.telford@renfrewshire.gov.uk",
"telephone": "+44 1416187390"
},
"roles": [
"buyer"
]
},
{
"id": "org-91",
"name": "Please see Section VI.4.3",
"identifier": {
"legalName": "Please see Section VI.4.3"
},
"address": {
"locality": "Please see Section VI.4.3"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-6",
"name": "The Renfrewshire Council",
"identifier": {
"legalName": "The Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"email": "graeme.clark@renfrewshire.gov.uk",
"telephone": "+44 3003000300",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-7",
"name": "Renfrewshire Leisure Limited",
"identifier": {
"legalName": "Renfrewshire Leisure Limited"
},
"address": {
"streetAddress": "The Lagoon Centre, Christie Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1NB"
},
"contactPoint": {
"email": "julie.telford@renfrewshire.gov.uk",
"telephone": "+44 1416187390"
},
"roles": [
"buyer"
]
},
{
"id": "org-10",
"name": "The Renfrewshire Council",
"identifier": {
"legalName": "The Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"email": "graeme.clark@renfrewshire.gov.uk",
"telephone": "+44 3003000300",
"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.renfrewshire.gov.uk"
}
},
{
"id": "org-11",
"name": "Renfrewshire Leisure Limited",
"identifier": {
"legalName": "Renfrewshire Leisure Limited"
},
"address": {
"streetAddress": "The Lagoon Centre, Christie Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1NB"
},
"contactPoint": {
"email": "julie.telford@renfrewshire.gov.uk",
"telephone": "+44 1416187390"
},
"roles": [
"buyer"
]
},
{
"id": "org-12",
"name": "Please see Section VI.4.3",
"identifier": {
"legalName": "Please see Section VI.4.3"
},
"address": {
"locality": "Please see Section VI.4.3"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "The Renfrewshire Council",
"id": "org-10"
},
"tender": {
"id": "RC-CPU-18-500",
"title": "Removal, Relocation and Warehouse Storage Services",
"description": "The Council is seeking to establish a multi supplier ranked framework agreement for removal, relocation and warehouse storage services for the Council and Renfrewshire Leisure Limited.",
"status": "cancelled",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "98340000",
"scheme": "CPV"
},
{
"id": "63122000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Renfrewshire"
},
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "63120000",
"scheme": "CPV"
},
{
"id": "98392000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Renfrewshire"
},
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "2"
}
],
"value": {
"amount": 500000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2020-04-06T12:00:00Z"
},
"awardPeriod": {
"startDate": "2020-04-06T12:00:00Z"
},
"documents": [
{
"id": "MAR382599",
"documentType": "contractNotice",
"title": "Removal, Relocation and Warehouse Storage Services",
"description": "The Council is seeking to establish a multi supplier ranked framework agreement for removal, relocation and warehouse storage services for the Council and Renfrewshire Leisure Limited.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR382599",
"format": "text/html"
},
{
"id": "MAR384385",
"documentType": "awardNotice",
"title": "Removal, Relocation and Warehouse Storage Services",
"description": "The Council is seeking to establish a multi supplier ranked framework agreement for removal, relocation and warehouse storage services for the Council and Renfrewshire Leisure Limited.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR384385",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Removal, Relocation and Warehouse Storage Services for Adhoc requirements",
"description": "Service Providers appointed onto the framework will be required to undertake the following related Services: Removal & Relocation Services: -Dis-assembly, Removal or Relocation and rebuild of office furniture items & storage units , monitor arms, desk power supplies from one office premises to another. Disposal and Recycling of obsolete, defective or life expired items, processed to comply with Waste recycling and WEEE regulations. Removal & Warehouse Storage Services - Removal of office furniture or equipment from a Premises and delivered to and stored at the Service Providers warehouse storage facility using Inventory management storage techniques. The Council would expect as a minimum the following items to be transported and be available at site:- Pallet skates ,Qty 4 Hydraulic moving lifting trolleys with securing straps ;CE test certificates Qty 1 Sack barrows ,Qty 4 Double sided trolley with securing straps /cage for desks ;Qty2 For vehicle loading a tailgate loading or a vehicle lifting jib -all vehicles Vehicle storage compartments /frame for safe distributed/ securing of loads Electric Power tools Qty 4 for dismantling or assembling furniture items Move storage crates Toolkit Qty 4 Cleaning equipment PPE Safety wear Lot 1 of the framework may also be utilised by Renfrewshire Leisure Limited. Should Renfrewshire Leisure Limited award any contracts under the framework the contract shall be between Renfrewshire Leisure Limited and the Service Provider.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"status": "cancelled",
"value": {
"amount": 375000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Community Benefits Outcome Menu",
"description": "3"
},
{
"type": "price",
"description": "70"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "The framework agreement will be for an initial period of three (3) years with the option, at the sole discretion of Renfrewshire Council, to extend the framework agreement for a period of one (1) year up to a maximum contract period of four (4) years."
}
},
{
"id": "2",
"title": "Removal, Relocation and Warehouse Storage Services for Homeless Services",
"description": "Service Providers appointed onto the framework will be required to undertake the following related Services: Removal & Relocation Services - Removal and Relocation of furniture and personal belongings from one Premises to another Removal & Warehouse Storage Services - Removal of furniture and personal belongings from a Premises and delivered to and stored at the Service Providers warehouse storage facility The Council would expect as a minimum the following items to be transported and be available at site: Pallet skates ,Qty 4 Hydraulic moving lifting trolleys with securing straps ;CE test certificates Qty 1 Sack barrows ,Qty 4 For vehicle loading a tailgate loading or a vehicle lifting jib -all vehicles Vehicle storage compartments /frame for safe distributed/ securing of loads Electric Power tools Qty 4 for dismantling or assembling furniture items Toolkit Qty 4 Cleaning equipment PPE Safety Wear. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"status": "cancelled",
"value": {
"amount": 125000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Community Benefits Outcome Menu",
"description": "3"
},
{
"type": "price",
"description": "70"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "The framework agreement will be for an initial period of three (3) years with the option, at the sole discretion of Renfrewshire Council, to extend the framework agreement for a period of one (1) year up to a maximum contract period of four (4) years."
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2020-04-06T12:00:00Z",
"address": {
"streetAddress": "Renfrewshire House, Paisley"
}
},
"contractTerms": {
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Tenderers are required to be a member of the British Association of Removers (BAR) or an equivalent body."
},
{
"type": "economic",
"description": "4B.5.1 The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant Contract Notice (Employer's Compulsory Liability Insurance 4B.5.2 The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant Contract Notice (For other insurances) 4B.6 Concerning any other economic or financial requirements, that may have been specified in the relevant Contract Notice, the bidder declares that:",
"minimum": "4B.5.1 - 4B.5.3 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Lot 1 Employer's (Compulsory) Liability Insurance = minimum 5m GBP Public Liability = minimum 1m GBP Building and contents insurance = bidders should provide evidence that their property policy extends to cover their clients' assets in their custody and care. Bidders will be required to provide evidence by way of a letter from their insurance broker. Statutory third party motor vehicle cover = 5m GBP Lot 2 Employer's (Compulsory) Liability Insurance = minimum 5m GBP Public Liability = minimum 1m GBP Buildings and contents insurance = bidders should provide evidence that their property policy extends to cover their clients' assets in their custody and care. Bidders will be required to provide evidence by way of a letter from their insurance broker. Statutory third party motor vehicle cover = 5m GBP 4B.6 The Council will use a Dun & Bradstreet (D&B) Failure Score of 20 or above. It is recommended that Bidders review their own D&B Failure Score in advance of submitting their ESPD Submission. If, following this review, Bidders consider that the D&B Failure Score does not reflect their current financial status; the Bidder should give an explanation within the ESPD Submission, together with any relevant supporting independent evidence. Where the Bidder is under no obligation to publish accounts and therefore does not have a D&B Failure Score, they must provide their audited financial accounts for the previous 2 years as part of their ESPD Submission in order that the Council may assess these to determine the suitability of the Bidder to undertake a contract of this size. Where the Bidder intends to sub-contract more than 25% of any contract value of a single sub-contractor, the Bidder may be required to provide a D&B comprehensive report on all the sub-contractors they intend to utilise. The Council reserves the right to request one copy of all sub-contractor last 2 financial years' audited accounts and details of significant changes since the last financial year end."
},
{
"type": "technical",
"description": "4C.1.2 For public supply and public service contracts only, please provide relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice: 4C.9 Please provide details of relevant tools, plant or technical equipment available to you in relation to this procurement exercise: 4C.10 Please provide details of the proportion (i.e. percentage) of the contract that you intend to subcontract. 4D.1 Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards, including accessibility for disabled persons? 4D.2 Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards?",
"minimum": "4C.1.2 Bidders will be required to provide examples that demonstrate that they have relevant experience to deliver the services/supplies as described in part ii.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Bidders are required to provide two examples per lot the Bidder is bidding for. 4C.9 Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice for the lot/lots the Bidder is bidding for. 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 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 documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. 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: Documented arrangements checking, reviewing and where necessary improving, the bidder's environmental management performance and the environmental impact of this organisation, demonstrating that it has a system for monitoring environmental management procedures on an on-going basis and for updating them at periodic intervals. These must include details of the procedures in place to access and deal with environmental risks."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2020-09-03T00:00:00Z"
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 6,
"periodRationale": "n/a"
}
},
"classification": {
"id": "63120000",
"scheme": "CPV"
},
"reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (as amended) may bring proceedings in the Sheriff Court or the Court of Session.",
"hasRecurrence": true,
"recurrence": {
"description": "If the services are still required following expiry of the framework then a re-tender may take place."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"amendments": [
{
"id": "amd-6",
"description": "Due to the ongoing COVID-19 situation and the considerable disruption this is causing to both Suppliers and the Council, we have taken the decision to extend the Tender Submission Deadline from 6th April 2020 at 12 noon to 24th April 2020 at 12 noon.",
"unstructuredChanges": [
{
"oldValue": {
"date": "2020-04-06T12:00:00Z"
},
"newValue": {
"date": "2020-04-24T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2020-09-03T00:00:00Z"
},
"newValue": {
"date": "2020-09-21T00:00:00Z"
},
"where": {
"section": "IV.2.6",
"label": "Minimum time frame during which the tenderer must maintain the tender"
}
},
{
"oldValue": {
"date": "2020-04-06T12:00:00Z"
},
"newValue": {
"date": "2020-04-24T12:00:00Z"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
]
}
]
},
"language": "EN",
"description": "The recommended tenderer(s) will be required to provide at Request for Documentation stage the following documents: Health and Safety Questionnaire and supporting documents S1 Equalities Questionnaire S2 Equalities Declaration S3 Tender Compliance Certificate S4 No Collusion Certificate S5 Prompt Payment Certificate S9 List of Proposed Domestic Sub-Contractors QMS certification/policy EMS certification/policy Insurance certificates/broker letter (SC Ref:619071)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000614810"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000614810"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000614810"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "RC-CPU-18-500",
"title": "Removal, Relocation and Warehouse Storage Services for Homeless Services",
"status": "unsuccessful",
"statusDetails": "discontinued",
"relatedLots": [
"2"
]
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2020/S 046-109699"
}
]
}