Notice Information
Notice Title
Electrical Installation Condition Reports, Repairs, Quality Control and Advisory Services to Falkirk Council Housing Properties
Notice Description
The Council propose to enter into a Framework Agreement, for Electrical Installation Condition Reports (EICR), Repairs, Quality Control and Advisory Services relating to Falkirk Council Occupied and Void Housing Properties. The Framework Agreement will be awarded on a Lot by Lot basis. The Authority at all times reserves the right to award all, some, part or none of the Lots. The framework consists of 2 Lots; it is intended that 3 - 5 Contractors for Lot 1 and up to 3 contractors for Lot 2, are to be appointed. Lots - Lot 1: Electrical Installation Condition Report and Repairs Lot 2: Independent EICR Quality Control and Advisory Lot 2 is not awarded
Lot Information
Lot 1 Electrical Installation Condition Report and Repairs
Lot 1: Electrical Installation Condition Report and Repairs Approximate framework term Lot Value 18,755,000 GBP (99%) Carry out a programme of inspections of existing electrical installations to identify (in order of priority) any deficiencies against the national safety standard for electrical installations thereby providing an EICR report and undertake subsequent repairs to Falkirk Council Occupied and Void Housing Properties.. Scoring: Commercial Envelope 70%, Technical Envelope 30%
Lot 2 Independent EICR Quality Control and AdvisoryLot 2: Independent EICR Quality Control and Advisory Approximate Lot Value GBP145,000 (1%) Competent external quality control assessor(s) to provide an accurate assessment of the quality of electrical work by Contractors undertaking EICR services under Lot 1, and other related services deemed to be in scope. The quality control assessments will be carried out by selective sampling of any electrical work undertaken on related contracts / agreements within the Falkirk Council geographical area. They will be designed and instructed in such a manner as to ensure our tenants and properties are electrically safe and the Council is complying with their duties and responsibilities laid out under the current Regulations and any future amendments. The quality control Contractor and its operatives will not have a conflict of interest to both the Councils interests and the Contractor(s) awarded under Lot 1. The quality control company will be an independent body not involved in electrical installation, servicing or maintenance works or involved in tendering for these types of contracts. Successfully awarded Contractors undertaking services for Lot 1, will not be allocated purchase orders for related survey / inspection Quality Control or advisory services under Lot 2, regardless of any awarded ranking under Lot 1 This is to ensure that any Quality Control or advisory services provided by the Contractor in Lot 2, are not for those services provided or purchase orders fulfilled, by the same or affiliate Contractor, awarded in Lot 1; and to avoid any real or perceived conflict of interest. Please refer to ITT documentation and appendices, available via Public Contracts Scotland Tender (PCST). Scoring: Commercial Envelope 70%, Technical Envelope 30%
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000623547
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR409337
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
45 - Construction work
50 - Repair and maintenance services
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
39710000 - Electrical domestic appliances
45311000 - Electrical wiring and fitting work
45311100 - Electrical wiring work
45315000 - Electrical installation work of heating and other electrical building-equipment
45317000 - Other electrical installation work
50116100 - Electrical-system repair services
50711000 - Repair and maintenance services of electrical building installations
71314100 - Electrical services
Notice Value(s)
- Tender Value
- £18,900,000 £10M-£100M
- Lots Value
- £18,900,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £14,350,000 £10M-£100M
Notice Dates
- Publication Date
- 12 Mar 20214 years ago
- Submission Deadline
- 18 Sep 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 2 Mar 20214 years ago
- Contract Period
- 1 Feb 2021 - 31 Jan 2026 Over 5 years
- Recurrence
- July 2025
Notice Status
- Tender Status
- Complete
- Lots Status
- Active, Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- FALKIRK COUNCIL
- Contact Name
- Procurement and Commissioning Unit
- Contact Email
- pcu@falkirk.gov.uk
- Contact Phone
- +44 1324506566
Buyer Location
- Locality
- FALKIRK
- Postcode
- FK1 5RS
- Post Town
- Falkirk and Stirling
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM12 Falkirk
- Delivery Location
- TLM76 Falkirk
-
- Local Authority
- Falkirk
- Electoral Ward
- Falkirk South
- Westminster Constituency
- Falkirk
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG392607
Electrical Installation Condition Reports, Repairs, Quality Control and Advisory Services to Falkirk Council Housing Properties - The Council propose to enter into a Framework Agreement, for Electrical Installation Condition Reports (EICR), Repairs, Quality Control and Advisory Services relating to Falkirk Council Occupied and Void Housing Properties. The Framework Agreement will be awarded on a Lot by Lot basis. The Authority at all times reserves the right to award all, some, part or none of the Lots. The framework consists of 2 Lots; it is intended that 3 - 5 Contractors for Lot 1 and up to 3 contractors for Lot 2, are to be appointed. To avoid any real or perceived conflict of interest, successfully awarded Contractors undertaking services for Lot 1, will not be allocated purchase orders for related survey / inspection Quality Control or advisory services under Lot 2, regardless of any awarded ranking under Lot 1. Lots - Lot 1: Electrical Installation Condition Report and Repairs - approximate framework term Lot Value 18,755,000 GBP (99%) Lot 2: Independent EICR Quality Control and Advisory - approximate framework term Lot Value 145,000 GBP (1%) -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR409337
Electrical Installation Condition Reports, Repairs, Quality Control and Advisory Services to Falkirk Council Housing Properties - The Council propose to enter into a Framework Agreement, for Electrical Installation Condition Reports (EICR), Repairs, Quality Control and Advisory Services relating to Falkirk Council Occupied and Void Housing Properties. The Framework Agreement will be awarded on a Lot by Lot basis. The Authority at all times reserves the right to award all, some, part or none of the Lots. The framework consists of 2 Lots; it is intended that 3 - 5 Contractors for Lot 1 and up to 3 contractors for Lot 2, are to be appointed. Lots - Lot 1: Electrical Installation Condition Report and Repairs Lot 2: Independent EICR Quality Control and Advisory Lot 2 is not awarded
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-r6ebe6-0000623547-2021-03-12T00:00:00Z",
"date": "2021-03-12T00:00:00Z",
"ocid": "ocds-r6ebe6-0000623547",
"initiationType": "tender",
"parties": [
{
"id": "org-50",
"name": "Falkirk Council",
"identifier": {
"legalName": "Falkirk Council"
},
"address": {
"streetAddress": "Municipal Buildings, West Bridge Street",
"locality": "Falkirk",
"region": "UKM76",
"postalCode": "FK1 5RS"
},
"contactPoint": {
"name": "Procurement and Commissioning Unit",
"email": "pcu@falkirk.gov.uk",
"telephone": "+44 1324506566",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "06",
"description": "Housing and community amenities",
"scheme": "COFOG"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.falkirk.gov.uk"
}
},
{
"id": "org-51",
"name": "Falkirk Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Falkirk Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "Sheriff Court House, Main Street, Camelon",
"locality": "Falkirk",
"postalCode": "FK1 4AR"
},
"contactPoint": {
"url": "http://www.falkirk.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-289",
"name": "Falkirk Council",
"identifier": {
"legalName": "Falkirk Council"
},
"address": {
"streetAddress": "Municipal Buildings, West Bridge Street",
"locality": "Falkirk",
"region": "UKM76",
"postalCode": "FK1 5RS"
},
"contactPoint": {
"name": "Procurement and Commissioning Unit",
"email": "pcu@falkirk.gov.uk",
"telephone": "+44 1324506566",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "06",
"description": "Housing and community amenities",
"scheme": "COFOG"
}
],
"url": "http://www.falkirk.gov.uk"
}
},
{
"id": "org-290",
"name": "Consilium Contracting Services Ltd",
"identifier": {
"legalName": "Consilium Contracting Services Ltd"
},
"address": {
"streetAddress": "Business First, Burnbrae Rd",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA3 3FP"
},
"contactPoint": {
"telephone": "+44 8006891462"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-291",
"name": "Magnus Electrical Services Limited",
"identifier": {
"legalName": "Magnus Electrical Services Limited"
},
"address": {
"streetAddress": "6-8 Achamore Road",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G15 8QS"
},
"contactPoint": {
"telephone": "+44 1419491114"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-292",
"name": "Saltire Facilities Management Ltd",
"identifier": {
"legalName": "Saltire Facilities Management Ltd"
},
"address": {
"streetAddress": "Carnbroe House, 1 Finch Way, Strathclyde Business Park,",
"locality": "Bellshill",
"region": "UKM84",
"postalCode": "ML4 3PE"
},
"contactPoint": {
"telephone": "+44 7899840435",
"faxNumber": "+44 8703360419"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-293",
"name": "Falkirk Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Falkirk Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "Sheriff Court House, Main Street, Camelon",
"locality": "Falkirk",
"postalCode": "FK1 4AR"
},
"contactPoint": {
"telephone": "+44 1324620822",
"url": "http://www.falkirk.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Falkirk Council",
"id": "org-289"
},
"tender": {
"id": "CHS/224/20",
"title": "Electrical Installation Condition Reports, Repairs, Quality Control and Advisory Services to Falkirk Council Housing Properties",
"description": "The Council propose to enter into a Framework Agreement, for Electrical Installation Condition Reports (EICR), Repairs, Quality Control and Advisory Services relating to Falkirk Council Occupied and Void Housing Properties. The Framework Agreement will be awarded on a Lot by Lot basis. The Authority at all times reserves the right to award all, some, part or none of the Lots. The framework consists of 2 Lots; it is intended that 3 - 5 Contractors for Lot 1 and up to 3 contractors for Lot 2, are to be appointed. Lots - Lot 1: Electrical Installation Condition Report and Repairs Lot 2: Independent EICR Quality Control and Advisory Lot 2 is not awarded",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45311000",
"scheme": "CPV"
},
{
"id": "50116100",
"scheme": "CPV"
},
{
"id": "45315000",
"scheme": "CPV"
},
{
"id": "50711000",
"scheme": "CPV"
},
{
"id": "71314100",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Falkirk"
},
"deliveryAddresses": [
{
"region": "UKM76"
},
{
"region": "UKM76"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "45311100",
"scheme": "CPV"
},
{
"id": "45317000",
"scheme": "CPV"
},
{
"id": "71314100",
"scheme": "CPV"
},
{
"id": "50711000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Falkirk"
},
"deliveryAddresses": [
{
"region": "UKM76"
}
],
"relatedLot": "2"
}
],
"value": {
"amount": 18900000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2020-09-18T11:00:00Z"
},
"awardPeriod": {
"startDate": "2020-09-18T11:00:00Z"
},
"documents": [
{
"id": "AUG392607",
"documentType": "contractNotice",
"title": "Electrical Installation Condition Reports, Repairs, Quality Control and Advisory Services to Falkirk Council Housing Properties",
"description": "The Council propose to enter into a Framework Agreement, for Electrical Installation Condition Reports (EICR), Repairs, Quality Control and Advisory Services relating to Falkirk Council Occupied and Void Housing Properties. The Framework Agreement will be awarded on a Lot by Lot basis. The Authority at all times reserves the right to award all, some, part or none of the Lots. The framework consists of 2 Lots; it is intended that 3 - 5 Contractors for Lot 1 and up to 3 contractors for Lot 2, are to be appointed. To avoid any real or perceived conflict of interest, successfully awarded Contractors undertaking services for Lot 1, will not be allocated purchase orders for related survey / inspection Quality Control or advisory services under Lot 2, regardless of any awarded ranking under Lot 1. Lots - Lot 1: Electrical Installation Condition Report and Repairs - approximate framework term Lot Value 18,755,000 GBP (99%) Lot 2: Independent EICR Quality Control and Advisory - approximate framework term Lot Value 145,000 GBP (1%)",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG392607",
"format": "text/html"
},
{
"id": "MAR409337",
"documentType": "awardNotice",
"title": "Electrical Installation Condition Reports, Repairs, Quality Control and Advisory Services to Falkirk Council Housing Properties",
"description": "The Council propose to enter into a Framework Agreement, for Electrical Installation Condition Reports (EICR), Repairs, Quality Control and Advisory Services relating to Falkirk Council Occupied and Void Housing Properties. The Framework Agreement will be awarded on a Lot by Lot basis. The Authority at all times reserves the right to award all, some, part or none of the Lots. The framework consists of 2 Lots; it is intended that 3 - 5 Contractors for Lot 1 and up to 3 contractors for Lot 2, are to be appointed. Lots - Lot 1: Electrical Installation Condition Report and Repairs Lot 2: Independent EICR Quality Control and Advisory Lot 2 is not awarded",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR409337",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Lot 1 Electrical Installation Condition Report and Repairs",
"description": "Lot 1: Electrical Installation Condition Report and Repairs Approximate framework term Lot Value 18,755,000 GBP (99%) Carry out a programme of inspections of existing electrical installations to identify (in order of priority) any deficiencies against the national safety standard for electrical installations thereby providing an EICR report and undertake subsequent repairs to Falkirk Council Occupied and Void Housing Properties.. Scoring: Commercial Envelope 70%, Technical Envelope 30%",
"status": "complete",
"value": {
"amount": 18755000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Service Provision",
"description": "6/30 (20%)"
},
{
"type": "price",
"description": "70"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2021-02-01T00:00:00Z",
"endDate": "2026-01-31T00:00:00Z"
},
"hasRenewal": false
},
{
"id": "2",
"title": "Lot 2 Independent EICR Quality Control and Advisory",
"description": "Lot 2: Independent EICR Quality Control and Advisory Approximate Lot Value GBP145,000 (1%) Competent external quality control assessor(s) to provide an accurate assessment of the quality of electrical work by Contractors undertaking EICR services under Lot 1, and other related services deemed to be in scope. The quality control assessments will be carried out by selective sampling of any electrical work undertaken on related contracts / agreements within the Falkirk Council geographical area. They will be designed and instructed in such a manner as to ensure our tenants and properties are electrically safe and the Council is complying with their duties and responsibilities laid out under the current Regulations and any future amendments. The quality control Contractor and its operatives will not have a conflict of interest to both the Councils interests and the Contractor(s) awarded under Lot 1. The quality control company will be an independent body not involved in electrical installation, servicing or maintenance works or involved in tendering for these types of contracts. Successfully awarded Contractors undertaking services for Lot 1, will not be allocated purchase orders for related survey / inspection Quality Control or advisory services under Lot 2, regardless of any awarded ranking under Lot 1 This is to ensure that any Quality Control or advisory services provided by the Contractor in Lot 2, are not for those services provided or purchase orders fulfilled, by the same or affiliate Contractor, awarded in Lot 1; and to avoid any real or perceived conflict of interest. Please refer to ITT documentation and appendices, available via Public Contracts Scotland Tender (PCST). Scoring: Commercial Envelope 70%, Technical Envelope 30%",
"status": "active",
"value": {
"amount": 145000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Service Provision",
"description": "6/30 (20%)"
},
{
"type": "price",
"description": "70"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2021-02-01T00:00:00Z",
"endDate": "2026-01-31T00:00:00Z"
},
"hasRenewal": false
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2020-09-18T11:00:00Z",
"address": {
"streetAddress": "Falkirk"
},
"description": "Tender Opening Committee comprising Procurement Adviser and Governance personnel"
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "It is a requirement of this tender that if the Bidder is UK based they must hold a valid registration with Companies House. Where the Bidder is UK based but not registered at Companies House they must be able to verify to the Council's satisfaction that they are trading from the address provided in the tender and under the Company name given. NICEIC/SELECT Registration All Lot 1 and/or Lot 2 Contractors, and any proposed sub-Contractors, shall registered members of either the National Inspection Council for Electrical Installation Contractors (NICEIC) or Scotland's Trade Association for the Electrical Industry (SELECT). Bidders will submit documentary evidence of their current and valid membership of NICEIC or SELECT within their bid ESPD submission, on PCS-Tender."
},
{
"type": "economic",
"description": "The Selection Criteria is outlined in the online PCST Qualification Envelope: Bidders will be required to state the annual turnover of the bidding entity for the last 3 years. Where turnover information is not available for the time period requested, the bidder will be required to state the date on which they were set up / started trading. A Creditsafe credit scoring check will be ran on registered Company Name and Company Number provided by the bidder. Where the resulting Credit Rating score is less than 30/100, the Bidder may be excluded from the tender process unless suitable financial information is provided that give satisfactory assurances to the Council regarding financial risk in appointing the bidder to the proposed Framework.",
"minimum": "Public Contracts Regulations 2015 state that before awarding the contract, the Contracting Authority shall require the tenderer(s) to submit up to date supporting documents. This includes the insurance requirements stated in the Qualification Envelope (ESPD within PCST): Employer's (Compulsory) Liability Insurance = 10 000 000 GBP. Product and Public Liability Insurance = 10 000 000 GBP. Professional Indemnity Insurance = 5 000 000 GBP. Bidders who do not meet the criteria above may be excluded from further participation in this procurement exercise."
},
{
"type": "technical",
"description": "Quality Management Procedures 2. 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 provide responses in relation to 4D.1.2 A through to G in the Appendix ESPD (Scotland) Standard Statements v1.10. 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 have within the last 12 months successfully met the assessment requirements of a construction -- related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum OR provide responses in relation to 4D.1.4 A through to K in the Appendix ESPD (Scotland) Standard Statements v1.10",
"minimum": "Any recorded fail shall result in your submission being non compliant and excluded from the process. For details of any relevant weighted scoring methodology elements for online ESPD PCS module Section 4c and for ITT Award Criteria, including how each individual element is scored please refer to Scoring of Submissions, scorecard system within ITT documentation. Only the information you provide specifically within the response to each question will be considered in evaluating your answer to that particular question. If supporting documentation is used in responding to a question, the documentation must be clearly referenced within the answer and the particular section within the attached document specified clearly. Exclusion: 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. Please refer the ITT and related documentation on PCS Tender."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 8,
"periodRationale": "Guidance Note 3 of the IET (Inspection and Electrical Testing) wiring regulations relating to BS7671, 18th Edition A1:2020 recommends that a 5 year programme is implemented. A 5 year framework allow the Service to meet these regulations and have a 5 year EICR cycle under a single framework term"
}
},
"classification": {
"id": "39710000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "July 2025"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "(SC Ref:647370)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000623547"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000623547"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "CHS/224/20-1",
"title": "Lot 1 Electrical Installation Condition Report and Repairs",
"suppliers": [
{
"id": "org-290",
"name": "Consilium Contracting Services Ltd"
},
{
"id": "org-291",
"name": "Magnus Electrical Services Limited"
},
{
"id": "org-292",
"name": "Saltire Facilities Management Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "CHS/224/20-1",
"awardID": "CHS/224/20-1",
"title": "Lot 1 Electrical Installation Condition Report and Repairs",
"status": "active",
"value": {
"amount": 14350000,
"currency": "GBP"
},
"dateSigned": "2021-03-02T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2020/S 160-391170"
}
],
"bids": {
"statistics": [
{
"id": "574",
"measure": "bids",
"value": 15,
"relatedLot": "1"
},
{
"id": "575",
"measure": "smeBids",
"value": 13,
"relatedLot": "1"
},
{
"id": "576",
"measure": "foreignBidsFromEU",
"value": 15,
"relatedLot": "1"
},
{
"id": "577",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "578",
"measure": "electronicBids",
"value": 15,
"relatedLot": "1"
}
]
}
}