Award

Water Safety and TMV Inspection, Testing and Maintenance Contract

ORKNEY ISLANDS COUNCIL

This public procurement record has 2 releases in its history.

Summary of the contracting process

The Orkney Islands Council has completed the procurement process for the Water Safety and TMV Inspection, Testing, and Maintenance Contract. The contract covers conducting annual water safety checks and maintenance of Thermostatic Mixing Valves at various locations throughout Orkney Mainland and Outer Isles. The contract was awarded to Environmental Technical Services, with a contract value of £214,567. The procurement method used was an open procedure. The contract was signed on 29th March 2021.

This tender offers business growth opportunities for suppliers that specialize in water safety assessments and maintenance services. Companies with expertise in Legionella risk assessment, water system audits, TMV maintenance, and compliance with health and safety guidelines are well-suited to compete. The procurement stage has now progressed to the contract award phase. Businesses interested in providing these services should stay informed about future similar tenders that may arise towards the end of the current contract period in 2024.

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

Water Safety and TMV Inspection, Testing and Maintenance Contract

Notice Description

Annual water safety checks are required to be conducted at identified properties to ensure the water systems are adequate for purpose and do not encourage the growth of bacteria such as Legionella. Annual inspection, testing and maintenance of TMVs is required to be carried out at identified properties to ensure the TMVs installed are fit for purpose. Risk Assessments will require to be reviewed/conducted (as appropriate) to ensure the correct mitigations are in place in relation to water safety and TMVs, with recommendations being made to OIC to ensure compliance with guidelines. Training shall be given to building users for carrying out checks at identified buildings. The properties covered under this contract include primary schools, secondary schools, colleges, offices, warehouses, public rest rooms, care homes and residential properties.

Lot Information

Lot 1

Contractors are invited to tender for the following works where the tender assessed as Most Economically Advantageous will be awarded the contract. Works for the contract are: annual water safety checks for the growth of bacteria such as Legionella is required to be conducted annually over the contract period of 3 years. This is to include full system audits, reviewing/creating risk assessments, updating water system records, updating/creating water system schematics where required, providing training to building users, inspecting logbooks and updating building files. Inspection, testing, cleaning and maintenance of all TMVs located within OIC buildings is also required to be carried out annually. This is to include a function test of each valve including its safety features, carrying out maintenance to TMVs as required, removing/installing TMVs and associated pipework etc. Findings of each site visited will be recorded and any recommendations made to OIC to ensure all buildings are compliant with current legislation/guidelines and best practice.

Renewal: The works detailed in this contract are required to be carried out annually. When nearing the end of the contract period, this work will be advertised and contractors will be invited to submit tenders for the next contract period, which is again expected to be for a period of 3 years. The contract would be expected to be advertised around November/December 2023 to be in place for 2024.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000639508
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP459059
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
PCS Notice - Website Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting

33 - Medical equipments, pharmaceuticals and personal care products

42 - Industrial machinery

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work

50 - Repair and maintenance services

65 - Public utilities


CPV Codes

31161400 - Primary water systems

33711100 - Toilet waters

42943000 - Thermostatic baths and accessories

44212233 - Water towers

44611500 - Water tanks

44621210 - Water boilers

45259000 - Repair and maintenance of plant

45332200 - Water plumbing work

50324200 - Preventive maintenance services

65100000 - Water distribution and related services

65110000 - Water distribution

Notice Value(s)

Tender Value
£200,000 £100K-£500K
Lots Value
£200,000 £100K-£500K
Awards Value
Not specified
Contracts Value
£214,567 £100K-£500K

Notice Dates

Publication Date
14 Sep 20223 years ago
Submission Deadline
20 Jan 2021Expired
Future Notice Date
Not specified
Award Date
29 Mar 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
This procurement will recommence towards the end of the contract period of 3 years, in sufficient time to permit the newly appointed contractor to continue once this contract expires, i.e. February/March 2024.

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
ORKNEY ISLANDS COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
KIRKWALL
Postcode
KW15 1NY
Post Town
Kirkwall
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
TLM65 Orkney Islands

Local Authority
Orkney Islands
Electoral Ward
Kirkwall East
Westminster Constituency
Orkney and Shetland

Supplier Information

Number of Suppliers
1
Supplier Name

ENVIRONMENTAL TECHNICAL SERVICES

Further Information

Notice Documents

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-r6ebe6-0000639508-2022-09-14T00:00:00Z",
    "date": "2022-09-14T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000639508",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-37",
            "name": "Orkney Islands Council",
            "identifier": {
                "legalName": "Orkney Islands Council"
            },
            "address": {
                "streetAddress": "Council Offices, School Place",
                "locality": "Kirkwall",
                "region": "UKM65",
                "postalCode": "KW15 1NY"
            },
            "contactPoint": {
                "name": "Gwyn Evans",
                "email": "gwyn.evans@orkney.gov.uk",
                "telephone": "+44 1856873535",
                "faxNumber": "+44 1856876158",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.orkney.gov.uk"
            }
        },
        {
            "id": "org-38",
            "name": "Sheriffs Court",
            "identifier": {
                "legalName": "Sheriffs Court"
            },
            "address": {
                "streetAddress": "Watergate",
                "locality": "Kirkwall",
                "postalCode": "KW15 1PD"
            },
            "contactPoint": {
                "telephone": "+44 1856872110",
                "url": "http://www.scotcourts.gov.uk/the-courts/court-locations/kirkwall-sheriff-court"
            },
            "roles": [
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ]
        },
        {
            "id": "org-201",
            "name": "Orkney Islands Council",
            "identifier": {
                "legalName": "Orkney Islands Council"
            },
            "address": {
                "streetAddress": "School Place",
                "locality": "Kirkwall",
                "region": "UKM65",
                "postalCode": "KW15 1NY"
            },
            "contactPoint": {
                "name": "David Custer",
                "email": "david.custer@orkney.gov.uk",
                "telephone": "+44 1856873535",
                "faxNumber": "+44 1856876158",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.orkney.gov.uk"
            }
        },
        {
            "id": "org-248",
            "name": "Environmental Technical Services",
            "identifier": {
                "legalName": "Environmental Technical Services"
            },
            "address": {
                "streetAddress": "98 Harbour Street, Nairn",
                "locality": "Nairn",
                "region": "UKM65",
                "postalCode": "IV12 4PH"
            },
            "contactPoint": {
                "telephone": "+44 1667459594"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-249",
            "name": "Sheriffs Court",
            "identifier": {
                "legalName": "Sheriffs Court"
            },
            "address": {
                "streetAddress": "Watergate",
                "locality": "Kirkwall",
                "postalCode": "KW15 1PD"
            },
            "contactPoint": {
                "telephone": "+44 1856872110",
                "url": "http://www.scotcourts.gov.uk/the-courts/court-locations/kirkwall-sheriff-court"
            },
            "roles": [
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "name": "Orkney Islands Council",
        "id": "org-201"
    },
    "tender": {
        "id": "70/9042/2021-2023",
        "title": "Water Safety and TMV Inspection, Testing and Maintenance Contract",
        "description": "Annual water safety checks are required to be conducted at identified properties to ensure the water systems are adequate for purpose and do not encourage the growth of bacteria such as Legionella. Annual inspection, testing and maintenance of TMVs is required to be carried out at identified properties to ensure the TMVs installed are fit for purpose. Risk Assessments will require to be reviewed/conducted (as appropriate) to ensure the correct mitigations are in place in relation to water safety and TMVs, with recommendations being made to OIC to ensure compliance with guidelines. Training shall be given to building users for carrying out checks at identified buildings. The properties covered under this contract include primary schools, secondary schools, colleges, offices, warehouses, public rest rooms, care homes and residential properties.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "50324200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45259000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "33711100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44212233",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44611500",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44621210",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45332200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "65100000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "31161400",
                        "scheme": "CPV"
                    },
                    {
                        "id": "42943000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Various locations throughout Orkney Mainland and Outer Isles."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM65"
                    },
                    {
                        "region": "UKM65"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 200000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2021-01-20T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2021-01-20T16:00:00Z"
        },
        "documents": [
            {
                "id": "DEC402753",
                "documentType": "contractNotice",
                "title": "Water Safety and TMV Inspection, Testing and Maintenance Contract",
                "description": "Annual water safety checks are required to be conducted at identified properties to ensure the water systems are adequate for purpose and do not encourage the growth of bacteria such as Legionella. Annual inspection, testing and maintenance of TMVs is required to be carried out at identified properties to ensure the TMVs installed are fit for purpose. Risk Assessments will require to be reviewed/conducted (as appropriate) to ensure the correct mitigations are in place in relation to water safety and TMVs, with recommendations being made to OIC to ensure compliance with guidelines. Training shall be given to building users for carrying out checks at identified buildings. The properties covered under this contract include primary schools, secondary schools, colleges, offices, warehouses, public rest rooms, care homes and residential properties.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC402753",
                "format": "text/html"
            },
            {
                "id": "DEC402753-1",
                "title": "Contract preliminaries to be priced",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC402753&idx=1",
                "datePublished": "2020-12-21T16:01:17Z",
                "dateModified": "2020-12-21T16:01:17Z",
                "format": "application/pdf"
            },
            {
                "id": "DEC402753-2",
                "title": "Contract specification",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC402753&idx=2",
                "datePublished": "2020-12-21T16:01:17Z",
                "dateModified": "2020-12-21T16:01:17Z",
                "format": "application/pdf"
            },
            {
                "id": "DEC402753-3",
                "title": "Bill of Quantities to be priced",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC402753&idx=3",
                "datePublished": "2020-12-21T16:01:17Z",
                "dateModified": "2020-12-21T16:01:17Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "DEC402753-4",
                "title": "Award Criteria",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC402753&idx=4",
                "datePublished": "2020-12-21T16:01:17Z",
                "dateModified": "2020-12-21T16:01:17Z",
                "format": "application/pdf"
            },
            {
                "id": "DEC402753-5",
                "title": "Certificate of Bona Fide Tender",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC402753&idx=5",
                "datePublished": "2020-12-21T16:01:17Z",
                "dateModified": "2020-12-21T16:01:17Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "DEC402753-6",
                "title": "Form of Tender",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC402753&idx=6",
                "datePublished": "2020-12-21T16:01:17Z",
                "dateModified": "2020-12-21T16:01:17Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "DEC402753-7",
                "title": "Supply chain slavery and human trafficking compliance statement",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC402753&idx=7",
                "datePublished": "2020-12-21T16:01:17Z",
                "dateModified": "2020-12-21T16:01:17Z",
                "format": "application/pdf"
            },
            {
                "id": "DEC402753-8",
                "title": "Appendix A - Property and Asset list",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC402753&idx=8",
                "datePublished": "2020-12-21T16:01:17Z",
                "dateModified": "2020-12-21T16:01:17Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "DEC402753-9",
                "title": "ESPD Questionnaire",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC402753&idx=9",
                "datePublished": "2020-12-21T16:01:17Z",
                "dateModified": "2020-12-21T16:01:17Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "DEC402753-10",
                "title": "OIC Dynamic Purchasing System",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC402753&idx=10",
                "datePublished": "2020-12-21T16:01:17Z",
                "dateModified": "2020-12-21T16:01:17Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "DEC402753-11",
                "title": "OIC Lots and geographical areas document",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC402753&idx=11",
                "datePublished": "2020-12-21T16:01:17Z",
                "dateModified": "2020-12-21T16:01:17Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "DEC402753-12",
                "title": "OIC Asbestos policy",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC402753&idx=12",
                "datePublished": "2020-12-21T16:01:17Z",
                "dateModified": "2020-12-21T16:01:17Z",
                "format": "application/pdf"
            },
            {
                "id": "SEP459059",
                "documentType": "awardNotice",
                "title": "Water Safety and TMV Inspection, Testing and Maintenance Contract",
                "description": "Annual water safety checks are required to be conducted at identified properties to ensure the water systems are adequate for purpose and do not encourage the growth of bacteria such as Legionella. Annual inspection, testing and maintenance of TMVs is required to be carried out at identified properties to ensure the TMVs installed are fit for purpose. Risk Assessments will require to be reviewed/conducted (as appropriate) to ensure the correct mitigations are in place in relation to water safety and TMVs, with recommendations being made to OIC to ensure compliance with guidelines. Training shall be given to building users for carrying out checks at identified buildings. The properties covered under this contract include primary schools, secondary schools, colleges, offices, warehouses, public rest rooms, care homes and residential properties.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP459059",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Contractors are invited to tender for the following works where the tender assessed as Most Economically Advantageous will be awarded the contract. Works for the contract are: annual water safety checks for the growth of bacteria such as Legionella is required to be conducted annually over the contract period of 3 years. This is to include full system audits, reviewing/creating risk assessments, updating water system records, updating/creating water system schematics where required, providing training to building users, inspecting logbooks and updating building files. Inspection, testing, cleaning and maintenance of all TMVs located within OIC buildings is also required to be carried out annually. This is to include a function test of each valve including its safety features, carrying out maintenance to TMVs as required, removing/installing TMVs and associated pipework etc. Findings of each site visited will be recorded and any recommendations made to OIC to ensure all buildings are compliant with current legislation/guidelines and best practice.",
                "status": "complete",
                "value": {
                    "amount": 200000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The works detailed in this contract are required to be carried out annually. When nearing the end of the contract period, this work will be advertised and contractors will be invited to submit tenders for the next contract period, which is again expected to be for a period of 3 years. The contract would be expected to be advertised around November/December 2023 to be in place for 2024."
                }
            }
        ],
        "bidOpening": {
            "date": "2021-01-20T16:00:00Z",
            "address": {
                "streetAddress": "Online, utilizing MS teams meeting while opening postbox."
            },
            "description": "Three officers with delegated authority to open postbox."
        },
        "communication": {
            "atypicalToolUrl": "http://www.publiccontractsscotland.gov.uk"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "As set out within the contract documents and supporting documentation."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "The relevant Selection Criteria for Suitability are included in the ESPD (Scotland) included within this Contract Notice and will be assessed on a pass/fail basis from the point of view of the Authority. Contractors must provide proof of specific qualifications, knowledge and experience to support their applications, as well as CV's of the staff anticipated to carry out the works in relation to the contract. Certificates of the following qualifications in particular should be submitted to support applications: - City and Guilds - Legionella Control within Hot and Cold Systems - City and Guilds - Risk Assessment for Legionella Control in Water Systems - City and Guilds - Disinfection of Hot and Cold Water Systems - City and Guilds - Servicing and Testing Requirements of Thermostatic Mixing Valves - City and Guilds - Legionella Management for Water Systems Any recognized awards and membership, registration or approval of Health and Safety Organizations, such as CHAS, Safe Contractor, ISO 45001 or similar should also be submitted to support applications."
                },
                {
                    "type": "economic",
                    "description": "The relevant Selection Criteria for Turnover, Economic and Financial Standing are included in the ESPD (Scotland) within this Contract Notice.",
                    "minimum": "The minimum level(s) of standards required are stated in the ESPD (Scotland) attached to this Contract Notice and will be assessed on a pass/fail basis from the point of view of the Authority."
                },
                {
                    "type": "technical",
                    "description": "The relevant Selection Criteria for Technical and Professional Ability are included in the ESPD (Scotland) attached to this Contract Notice. Specifically, bidders are directed to section 5.C within the ESPD (Scotland) and should answer questions 4C.1, 4C1.1, 4C.2, 4C.2.1, 4C.3, 4C.6, 4C.6.1, 4C.7, 4C.8.1, 4C.8.2 and 4C.9. Contractors already approved on the OIC Dynamic Purchasing System (DPS) shall be required to provide up-to-date information in relation to staff qualifications, memberships of approved bodies and any awards. Please see section III 1.1) Suitability to pursue professional activity for specific qualifications in support of this tender.",
                    "minimum": "The technical and professional ability as part of Selection Criteria of the ESPD (Scotland) will be assessed in the following way: FAIL (0). Nil or inadequate response which fails to demonstrate previous experience/capacity/capability relevant to this criterion or the response is partially relevant but generally poor with the response showing some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/capacity/capability. PASS (1). Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. Bidders must achieve a PASS (1) for each assessed question to be considered compliant. Failure to achieve a PASS (1) against any of the assessed questions will automatically result in a bidders exclusion from the procurement exercise."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2021-04-20T00:00:00Z"
            }
        },
        "classification": {
            "id": "65110000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "This procurement will recommence towards the end of the contract period of 3 years, in sufficient time to permit the newly appointed contractor to continue once this contract expires, i.e. February/March 2024."
        }
    },
    "language": "EN",
    "description": "The Award Criteria, as stated in Section II.2.5 of the Contract Notice, evaluation criterion and scoring methodology are all specified in the 'Award Criteria' document attached to this Contract Notice. The ESPD only allows for one ESPD document to be submitted per bidder. If the bidder requires to submit ESPD responses on behalf of other organisations such as sub-contractors, consortia members or organisations on which the bidder will rely to carry out the contract, these organisations must complete the relevant parts of their own separate ESPD (Scotland) to self-declare whether there are grounds for their exclusion and to provide details of how they meet the required Selection Criteria. The bidder will need to download the ESPD file in Excel format and ask the partner organisation(s) to complete the relevant sections and return it to you offline. You should then attach their ESPD responses as additional documents within your postbox response. Further details on the PCS postbox functionality can be found in the PCS Postbox User Guide. A Copy of which, in addition to the PCS User Guide for the online ESPD system, is available at https://www.publiccontractsscotland.gov.uk/userguides/PCS_ESPD_Supplier_guide.pdf. The Authority reserves the right to cancel the procurement at any stage and not award a Contract. The expenditure, work or effort undertaken by bidders prior to the award of any Contract is accordingly a matter solely for the commercial judgement of bidders. Late submissions/tenders will not be considered by the Authority. An economic operator that suffers, or risks suffering loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or Court of Session. Bidders are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. Those already approved via the Dynamic Purchasing System (DPS) are required to provide further information in relation to sections 4C.1, 4C1.1, 4C.2, 4C.2.1, 4C.3, 4C.6, 4C.6.1, 4C.7, 4C.8.1, 4C.8.2 and 4C.9 of the ESPD (Scotland). NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=633105. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. (SC Ref:706877)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000639508"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000639508"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "70/9042",
            "suppliers": [
                {
                    "id": "org-248",
                    "name": "Environmental Technical Services"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "70/9042",
            "awardID": "70/9042",
            "status": "active",
            "value": {
                "amount": 214567,
                "currency": "GBP"
            },
            "dateSigned": "2021-03-29T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "744",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "745",
                "measure": "smeBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "746",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "747",
                "measure": "foreignBidsFromNonEU",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "748",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "1"
            }
        ]
    }
}