Award

Welfare Units for Newton Nursery

FORESTRY AND LAND SCOTLAND

This public procurement record has 2 releases in its history.

Summary of the contracting process

The Forestry and Land Scotland is seeking to address an urgent requirement for welfare units at Newton Nursery, which involves a contract titled "Welfare Units for Newton Nursery." This procurement falls under the environmental protection category and is taking place in Inverness, UK. The contract is currently in the award stage, with a value of £200,000. It was signed on 7th January 2021, and the urgency of this procurement is underscored by the context of the Covid-19 pandemic, which necessitated immediate action to ensure safe welfare facilities for staff. This contract was awarded without a prior call for competition due to extreme urgency.

This procurement presents significant opportunities for businesses in the construction and facilities management sectors, particularly those experienced in delivering high-quality, long-lasting welfare facilities. Companies that specialise in environmentally sustainable building practices, specifically those capable of adapting to health and safety guidelines related to Covid-19, will be well-positioned to compete. The overarching requirement for a robust and secure welfare provision means that suppliers capable of offering comprehensive solutions with structural warranty capabilities are ideal candidates for this contract.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Welfare Units for Newton Nursery

Notice Description

This is a voluntary ex ante transparency (VEAT) notice. A Health & Safety support visit at Newton Nursery highlighted an urgent requirement to replace and update the current welfare provision welfare facilities for nursery staff. The current Covid-19 pandemic has escalated this requirement to a matter of absolute urgency due to the risk poor welfare provision can contribute to virus transmission. In the event a staff member presented with the virus which this could ultimately require the closure of the nursery and harm to staff. Access to adequate welfare facilities with minimal touch points will assist in mitigating against the risk of virus transmission within FLS staff and resulting interruption to site operations. As the nursery is a key operational site for both FLS and the wider sector that relies on plant supply to sustain jobs, we require to negate this business risk via a rapid route to market with minimal staff resource required to then purchase the required welfare provision. The welfare facility provision requires to be of a high standard, both in terms of Covid-19 related provision and overall building lifespan and structural warranty capability, as the intention will be to relocate this welfare provision down to the newly leased area once the proposed nursery upgrade and redevelopment has completed. It is not deemed best value to hire or utilise short term temporary purchases to meet the need as a longer term larger building is required and in line with recommendations from the Health and Safety report. FLS has reviewed a number of collaborative Framework Agreements and determined that a direct award against existing collaborative Framework Agreement is not possible due to the 'catalogue' approach and core items listed on the Framework Agreements not meeting FLS requirements. FLS cannot direct award on the Framework Agreements for non-catalogue items therefore a mini competition would be required. The urgency of this requirement means it is not possible run a mini-competition. FLS therefore intends to award this contract without competition to the supplier that investigation has found is capable of meeting the requirements including the additional extras to ensure the welfare provision is "covid secure".

Lot Information

Lot 1

This is a voluntary ex ante transparency (VEAT) notice. A Health & Safety support visit at Newton Nursery highlighted an urgent requirement to replace and update the current welfare provision welfare facilities for nursery staff. The current Covid-19 pandemic has escalated this requirement to a matter of absolute urgency due to the risk poor welfare provision can contribute to virus transmission. In the event a staff member presented with the virus which this could ultimately require the closure of the nursery and harm to staff. Access to adequate welfare facilities with minimal touch points will assist in mitigating against the risk of virus transmission within FLS staff and resulting interruption to site operations. As the nursery is a key operational site for both FLS and the wider sector that relies on plant supply to sustain jobs, we require to negate this business risk via a rapid route to market with minimal staff resource required to then purchase the required welfare provision. The welfare facility provision requires to be of a high standard, both in terms of Covid-19 related provision and overall building lifespan and structural warranty capability, as the intention will be to relocate this welfare provision down to the newly leased area once the proposed nursery upgrade and redevelopment has completed. It is not deemed best value to hire or utilise short term temporary purchases to meet the need as a longer term larger building is required and in line with recommendations from the Health and Safety report. FLS has reviewed a number of collaborative Framework Agreements and determined that a direct award against existing collaborative Framework Agreement is not possible due to the 'catalogue' approach and core items listed on the Framework Agreements not meeting FLS requirements. FLS cannot direct award on the Framework Agreements for non-catalogue items therefore a mini competition would be required. The urgency of this requirement means it is not possible run a mini-competition. FLS therefore intends to award this contract without competition to the supplier that investigation has found is capable of meeting the requirements including the additional extras to ensure the welfare provision is "covid secure".

Procurement Information

A Health & Safety support visit at Newton Nursery highlighted an urgent requirement to replace and update the current welfare provision welfare facilities for nursery staff. The current Covid-19 pandemic has escalated this requirement to a matter of absolute urgency due to the risk poor welfare provision can contribute to virus transmission. In the event a staff member presented with the virus which this could ultimately require the closure of the nursery and harm to staff. Access to adequate welfare facilities with minimal touch points will assist in mitigating against the risk of virus transmission within FLS staff and resulting interruption to site operations.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000639436
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN403585
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

03 - Agricultural, farming, fishing, forestry and related products


CPV Codes

03120000 - Horticultural and nursery products

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£200,000 £100K-£500K

Notice Dates

Publication Date
7 Jan 20215 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
7 Jan 20215 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
FORESTRY AND LAND SCOTLAND
Contact Name
Not specified
Contact Email
procurement@forestryandland.gov.scot
Contact Phone
Not specified

Buyer Location

Locality
INVERNESS
Postcode
IV2 7GB
Post Town
Inverness
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM2 Highlands and Islands
Small Region (ITL 3)
TLM20 Highlands and Islands
Delivery Location
TLM Scotland

Local Authority
Highland
Electoral Ward
Inverness Millburn
Westminster Constituency
Inverness, Skye and West Ross-shire

Supplier Information

Number of Suppliers
1
Supplier Name

PORTAKABIN (SCOTLAND

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC402654
    Welfare Units for Newton Nursery - This is a voluntary ex ante transparency (VEAT) notice. A Health & Safety support visit at Newton Nursery highlighted an urgent requirement to replace and update the current welfare provision welfare facilities for nursery staff. The current Covid-19 pandemic has escalated this requirement to a matter of absolute urgency due to the risk poor welfare provision can contribute to virus transmission. In the event a staff member presented with the virus which this could ultimately require the closure of the nursery and harm to staff. Access to adequate welfare facilities with minimal touch points will assist in mitigating against the risk of virus transmission within FLS staff and resulting interruption to site operations. As the nursery is a key operational site for both FLS and the wider sector that relies on plant supply to sustain jobs, we require to negate this business risk via a rapid route to market with minimal staff resource required to then purchase the required welfare provision. The welfare facility provision requires to be of a high standard, both in terms of Covid-19 related provision and overall building lifespan and structural warranty capability, as the intention will be to relocate this welfare provision down to the newly leased area once the proposed nursery upgrade and redevelopment has completed. It is not deemed best value to hire or utilise short term temporary purchases to meet the need as a longer term larger building is required and in line with recommendations from the Health and Safety report. FLS has reviewed a number of collaborative Framework Agreements and determined that a direct award against existing collaborative Framework Agreement is not possible due to the 'catalogue' approach and core items listed on the Framework Agreements not meeting FLS requirements. FLS cannot direct award on the Framework Agreements for non-catalogue items therefore a mini competition would be required. The urgency of this requirement means it is not possible run a mini-competition. FLS therefore intends to award this contract without competition to the supplier that investigation has found is capable of meeting the requirements including the additional extras to ensure the welfare provision is "covid secure".
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN403585
    Welfare Units for Newton Nursery - This is a voluntary ex ante transparency (VEAT) notice. A Health & Safety support visit at Newton Nursery highlighted an urgent requirement to replace and update the current welfare provision welfare facilities for nursery staff. The current Covid-19 pandemic has escalated this requirement to a matter of absolute urgency due to the risk poor welfare provision can contribute to virus transmission. In the event a staff member presented with the virus which this could ultimately require the closure of the nursery and harm to staff. Access to adequate welfare facilities with minimal touch points will assist in mitigating against the risk of virus transmission within FLS staff and resulting interruption to site operations. As the nursery is a key operational site for both FLS and the wider sector that relies on plant supply to sustain jobs, we require to negate this business risk via a rapid route to market with minimal staff resource required to then purchase the required welfare provision. The welfare facility provision requires to be of a high standard, both in terms of Covid-19 related provision and overall building lifespan and structural warranty capability, as the intention will be to relocate this welfare provision down to the newly leased area once the proposed nursery upgrade and redevelopment has completed. It is not deemed best value to hire or utilise short term temporary purchases to meet the need as a longer term larger building is required and in line with recommendations from the Health and Safety report. FLS has reviewed a number of collaborative Framework Agreements and determined that a direct award against existing collaborative Framework Agreement is not possible due to the 'catalogue' approach and core items listed on the Framework Agreements not meeting FLS requirements. FLS cannot direct award on the Framework Agreements for non-catalogue items therefore a mini competition would be required. The urgency of this requirement means it is not possible run a mini-competition. FLS therefore intends to award this contract without competition to the supplier that investigation has found is capable of meeting the requirements including the additional extras to ensure the welfare provision is "covid secure".

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000639436-2021-01-07T00:00:00Z",
    "date": "2021-01-07T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000639436",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-14",
            "name": "Forestry and Land Scotland",
            "identifier": {
                "legalName": "Forestry and Land Scotland"
            },
            "address": {
                "streetAddress": "1 Highlander Way, Inverness Retail Park",
                "locality": "Inverness",
                "region": "UKM",
                "postalCode": "IV2 7GB"
            },
            "contactPoint": {
                "email": "procurement@forestryandland.gov.scot",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "05",
                        "description": "Environmental protection",
                        "scheme": "COFOG"
                    }
                ],
                "url": "https://forestryandland.gov.scot/"
            }
        },
        {
            "id": "org-15",
            "name": "Portakabin (Scotland) Ltd",
            "identifier": {
                "legalName": "Portakabin (Scotland) Ltd"
            },
            "address": {
                "streetAddress": "Whistleberry Road",
                "locality": "Hamilton",
                "region": "UKM",
                "postalCode": "ML3 0EJ"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-16",
            "name": "The Inverness Justice Centre",
            "identifier": {
                "legalName": "The Inverness Justice Centre"
            },
            "address": {
                "streetAddress": "Longman Road",
                "locality": "Inverness",
                "postalCode": "IV1 1AH"
            },
            "contactPoint": {
                "email": "inverness@scotcourts.gov.uk",
                "telephone": "+44 1463230782",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-299",
            "name": "Forestry and Land Scotland",
            "identifier": {
                "legalName": "Forestry and Land Scotland"
            },
            "address": {
                "streetAddress": "1 Highlander Way, Inverness Retail Park",
                "locality": "Inverness",
                "region": "UKM",
                "postalCode": "IV2 7GB"
            },
            "contactPoint": {
                "email": "procurement@forestryandland.gov.scot",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "05",
                        "description": "Environmental protection",
                        "scheme": "COFOG"
                    }
                ],
                "url": "https://forestryandland.gov.scot/"
            }
        },
        {
            "id": "org-300",
            "name": "Portakabin (Scotland) Ltd",
            "identifier": {
                "legalName": "Portakabin (Scotland) Ltd"
            },
            "address": {
                "streetAddress": "Whistleberry Road",
                "locality": "Hamilton",
                "region": "UKM",
                "postalCode": "ML3 0EJ"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-301",
            "name": "The Inverness Justice Centre",
            "identifier": {
                "legalName": "The Inverness Justice Centre"
            },
            "address": {
                "streetAddress": "Longman Road",
                "locality": "Inverness",
                "postalCode": "IV1 1AH"
            },
            "contactPoint": {
                "email": "inverness@scotcourts.gov.uk",
                "telephone": "+44 1463230782",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Forestry and Land Scotland",
        "id": "org-299"
    },
    "tender": {
        "id": "803_0278",
        "title": "Welfare Units for Newton Nursery",
        "description": "This is a voluntary ex ante transparency (VEAT) notice. A Health & Safety support visit at Newton Nursery highlighted an urgent requirement to replace and update the current welfare provision welfare facilities for nursery staff. The current Covid-19 pandemic has escalated this requirement to a matter of absolute urgency due to the risk poor welfare provision can contribute to virus transmission. In the event a staff member presented with the virus which this could ultimately require the closure of the nursery and harm to staff. Access to adequate welfare facilities with minimal touch points will assist in mitigating against the risk of virus transmission within FLS staff and resulting interruption to site operations. As the nursery is a key operational site for both FLS and the wider sector that relies on plant supply to sustain jobs, we require to negate this business risk via a rapid route to market with minimal staff resource required to then purchase the required welfare provision. The welfare facility provision requires to be of a high standard, both in terms of Covid-19 related provision and overall building lifespan and structural warranty capability, as the intention will be to relocate this welfare provision down to the newly leased area once the proposed nursery upgrade and redevelopment has completed. It is not deemed best value to hire or utilise short term temporary purchases to meet the need as a longer term larger building is required and in line with recommendations from the Health and Safety report. FLS has reviewed a number of collaborative Framework Agreements and determined that a direct award against existing collaborative Framework Agreement is not possible due to the 'catalogue' approach and core items listed on the Framework Agreements not meeting FLS requirements. FLS cannot direct award on the Framework Agreements for non-catalogue items therefore a mini competition would be required. The urgency of this requirement means it is not possible run a mini-competition. FLS therefore intends to award this contract without competition to the supplier that investigation has found is capable of meeting the requirements including the additional extras to ensure the welfare provision is \"covid secure\".",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "03120000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Newton Nursery"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "procurementMethodRationale": "A Health & Safety support visit at Newton Nursery highlighted an urgent requirement to replace and update the current welfare provision welfare facilities for nursery staff. The current Covid-19 pandemic has escalated this requirement to a matter of absolute urgency due to the risk poor welfare provision can contribute to virus transmission. In the event a staff member presented with the virus which this could ultimately require the closure of the nursery and harm to staff. Access to adequate welfare facilities with minimal touch points will assist in mitigating against the risk of virus transmission within FLS staff and resulting interruption to site operations.",
        "mainProcurementCategory": "goods",
        "documents": [
            {
                "id": "DEC402654",
                "documentType": "awardNotice",
                "title": "Welfare Units for Newton Nursery",
                "description": "This is a voluntary ex ante transparency (VEAT) notice. A Health & Safety support visit at Newton Nursery highlighted an urgent requirement to replace and update the current welfare provision welfare facilities for nursery staff. The current Covid-19 pandemic has escalated this requirement to a matter of absolute urgency due to the risk poor welfare provision can contribute to virus transmission. In the event a staff member presented with the virus which this could ultimately require the closure of the nursery and harm to staff. Access to adequate welfare facilities with minimal touch points will assist in mitigating against the risk of virus transmission within FLS staff and resulting interruption to site operations. As the nursery is a key operational site for both FLS and the wider sector that relies on plant supply to sustain jobs, we require to negate this business risk via a rapid route to market with minimal staff resource required to then purchase the required welfare provision. The welfare facility provision requires to be of a high standard, both in terms of Covid-19 related provision and overall building lifespan and structural warranty capability, as the intention will be to relocate this welfare provision down to the newly leased area once the proposed nursery upgrade and redevelopment has completed. It is not deemed best value to hire or utilise short term temporary purchases to meet the need as a longer term larger building is required and in line with recommendations from the Health and Safety report. FLS has reviewed a number of collaborative Framework Agreements and determined that a direct award against existing collaborative Framework Agreement is not possible due to the 'catalogue' approach and core items listed on the Framework Agreements not meeting FLS requirements. FLS cannot direct award on the Framework Agreements for non-catalogue items therefore a mini competition would be required. The urgency of this requirement means it is not possible run a mini-competition. FLS therefore intends to award this contract without competition to the supplier that investigation has found is capable of meeting the requirements including the additional extras to ensure the welfare provision is \"covid secure\".",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC402654",
                "format": "text/html"
            },
            {
                "id": "JAN403585",
                "documentType": "awardNotice",
                "title": "Welfare Units for Newton Nursery",
                "description": "This is a voluntary ex ante transparency (VEAT) notice. A Health & Safety support visit at Newton Nursery highlighted an urgent requirement to replace and update the current welfare provision welfare facilities for nursery staff. The current Covid-19 pandemic has escalated this requirement to a matter of absolute urgency due to the risk poor welfare provision can contribute to virus transmission. In the event a staff member presented with the virus which this could ultimately require the closure of the nursery and harm to staff. Access to adequate welfare facilities with minimal touch points will assist in mitigating against the risk of virus transmission within FLS staff and resulting interruption to site operations. As the nursery is a key operational site for both FLS and the wider sector that relies on plant supply to sustain jobs, we require to negate this business risk via a rapid route to market with minimal staff resource required to then purchase the required welfare provision. The welfare facility provision requires to be of a high standard, both in terms of Covid-19 related provision and overall building lifespan and structural warranty capability, as the intention will be to relocate this welfare provision down to the newly leased area once the proposed nursery upgrade and redevelopment has completed. It is not deemed best value to hire or utilise short term temporary purchases to meet the need as a longer term larger building is required and in line with recommendations from the Health and Safety report. FLS has reviewed a number of collaborative Framework Agreements and determined that a direct award against existing collaborative Framework Agreement is not possible due to the 'catalogue' approach and core items listed on the Framework Agreements not meeting FLS requirements. FLS cannot direct award on the Framework Agreements for non-catalogue items therefore a mini competition would be required. The urgency of this requirement means it is not possible run a mini-competition. FLS therefore intends to award this contract without competition to the supplier that investigation has found is capable of meeting the requirements including the additional extras to ensure the welfare provision is \"covid secure\".",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN403585",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "This is a voluntary ex ante transparency (VEAT) notice. A Health & Safety support visit at Newton Nursery highlighted an urgent requirement to replace and update the current welfare provision welfare facilities for nursery staff. The current Covid-19 pandemic has escalated this requirement to a matter of absolute urgency due to the risk poor welfare provision can contribute to virus transmission. In the event a staff member presented with the virus which this could ultimately require the closure of the nursery and harm to staff. Access to adequate welfare facilities with minimal touch points will assist in mitigating against the risk of virus transmission within FLS staff and resulting interruption to site operations. As the nursery is a key operational site for both FLS and the wider sector that relies on plant supply to sustain jobs, we require to negate this business risk via a rapid route to market with minimal staff resource required to then purchase the required welfare provision. The welfare facility provision requires to be of a high standard, both in terms of Covid-19 related provision and overall building lifespan and structural warranty capability, as the intention will be to relocate this welfare provision down to the newly leased area once the proposed nursery upgrade and redevelopment has completed. It is not deemed best value to hire or utilise short term temporary purchases to meet the need as a longer term larger building is required and in line with recommendations from the Health and Safety report. FLS has reviewed a number of collaborative Framework Agreements and determined that a direct award against existing collaborative Framework Agreement is not possible due to the 'catalogue' approach and core items listed on the Framework Agreements not meeting FLS requirements. FLS cannot direct award on the Framework Agreements for non-catalogue items therefore a mini competition would be required. The urgency of this requirement means it is not possible run a mini-competition. FLS therefore intends to award this contract without competition to the supplier that investigation has found is capable of meeting the requirements including the additional extras to ensure the welfare provision is \"covid secure\".",
                "status": "complete",
                "hasOptions": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                }
            }
        ],
        "coveredBy": [
            "GPA"
        ],
        "procurementMethodRationaleClassifications": [
            {
                "id": "D_EXTREME_URGENCY",
                "description": "Extreme urgency brought about by events unforeseeable for the contracting authority/entity and in accordance with the strict conditions stated in the directive",
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL"
            }
        ],
        "classification": {
            "id": "03120000",
            "scheme": "CPV"
        },
        "reviewDetails": "An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014 , may bring proceedings in the Sheriff Court or the Court of Session. Court of Session Parliament House Parliament Square Edinburgh EH1 1RQ 0131 225 2595 supreme.courts@scotcourts.gov.uk",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "awards": [
        {
            "id": "803_0278",
            "suppliers": [
                {
                    "id": "org-15",
                    "name": "Portakabin (Scotland) Ltd"
                },
                {
                    "id": "org-300",
                    "name": "Portakabin (Scotland) Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "803_0278",
            "awardID": "803_0278",
            "status": "active",
            "value": {
                "amount": 200000,
                "currency": "GBP"
            },
            "dateSigned": "2021-01-07T00:00:00Z"
        }
    ],
    "language": "EN",
    "description": "This contract is due to be completed by 31st May 2021. (SC Ref:640557)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000639436"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000639436"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2020/S 249-622737"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "421",
                "measure": "bids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "422",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "423",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "424",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "425",
                "measure": "electronicBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    }
}