Award

Measured Term Contract for Water Quality Control 2022 - 2025; Corporate Property

NORTH LANARKSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

26 May 2022 at 00:00

Tender

17 Nov 2021 at 00:00

Summary of the contracting process

The North Lanarkshire Council is seeking bids for the "Measured Term Contract for Water Quality Control 2022 – 2025," focusing on risk assessments and water quality monitoring within its corporate properties. The procurement process is currently in the Award stage, with the invitation aimed at qualified contractors capable of ensuring compliance with statutory requirements regarding water quality and Legionella disease. The contract, valued at £500,000, was signed on May 26, 2022, and entails works throughout the North Lanarkshire area. Interested parties should note that the initial deadline for submission was December 17, 2021.

This tender presents significant opportunities for businesses specialising in water quality management, environmental health and safety compliance, and related services. Companies that are well-suited for this contract should be experienced in conducting comprehensive risk assessments, implementing monitoring regimes, and possessing necessary accreditations, such as ISO certifications. This contract could be especially beneficial for larger firms due to the scale of the project and the requirement for specialised knowledge in water safety management.

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

Measured Term Contract for Water Quality Control 2022 - 2025; Corporate Property

Notice Description

There is an ongoing requirement for risk assessments and monitoring and sampling of water quality to be undertaken within the Council's Corporate property portfolio throughout the North Lanarkshire Council geographical area. This service will include implementation of a planned monitoring regime for the relevant communal hot and cold-water systems and carrying out any remedial works required to ensure compliance with the relevant statutory requirements, including the Approved Code of Practice on Legionnaires' disease (ACOP L8). To comply with the regulations, the Council will appoint a qualified and competent contractor to carry out the following on our behalf: identifying and assessing sources of risk; preparing a programme of work to prevent or control the identified risks; implementing, managing and monitoring precautions taken to prevent or control the identified risks; and record keeping in line with the requirements of ACOP L8.

Lot Information

Lot 1

Risk assessments, monitoring and sampling of water quality to be undertaken within the Council's Corporate property portfolio throughout the North Lanarkshire Council geographical area.

Renewal: Initial Contract will be 17 months, with the option to extend for up to a further 12 months (each extension period or periods being no less than 3 months provided that the max extension in aggregate will be a period of 12 months from the expiry of the initial contract period), subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000673400
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY449632
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

85 - Health and social work services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

71313430 - Environmental indicators analysis for construction

71630000 - Technical inspection and testing services

85111820 - Bacteriological analysis services

90714500 - Environmental quality control services

Notice Value(s)

Tender Value
£500,000 £500K-£1M
Lots Value
£500,000 £500K-£1M
Awards Value
Not specified
Contracts Value
£500,000 £500K-£1M

Notice Dates

Publication Date
26 May 20223 years ago
Submission Deadline
17 Dec 2021Expired
Future Notice Date
Not specified
Award Date
26 May 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
2ND QUARTER 2024

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
NORTH LANARKSHIRE COUNCIL
Contact Name
J. Cameron
Contact Email
cameronj@northlan.gov.uk, corporateprocurement@northlan.gov.uk
Contact Phone
+44 1698403876

Buyer Location

Locality
MOTHERWELL
Postcode
ML1 1AB
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM34 North Lanarkshire
Delivery Location
TLM84 North Lanarkshire

Local Authority
North Lanarkshire
Electoral Ward
Motherwell South East and Ravenscraig
Westminster Constituency
Motherwell, Wishaw and Carluke

Supplier Information

Number of Suppliers
1
Supplier Name

SPIE

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV433277&idx=3
    24th November 2021 - Minor amendments to Section A20/Contract Particulars of the prelims. Changes highlighted in yellow
  • https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV433277&idx=1
    18th November 2021 - Tender documents Water Quality Control 2022 - 2025; Corporate Property-HOMS21066
  • https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV433277&idx=2
    18th November 2021 - Tender documents Water Quality Control 2022 - 2025; Corporate Property-HOMS21066
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV433277
    Measured Term Contract for Water Quality Control 2022 - 2025; Corporate Property - There is an ongoing requirement for risk assessments and monitoring and sampling of water quality to be undertaken within the Council's Corporate property portfolio throughout the North Lanarkshire Council geographical area. This service will include implementation of a planned monitoring regime for the relevant communal hot and cold-water systems and carrying out any remedial works required to ensure compliance with the relevant statutory requirements, including the Approved Code of Practice on Legionnaires' disease (ACOP L8). To comply with the regulations, the Council will appoint a qualified and competent contractor to carry out the following on our behalf: identifying and assessing sources of risk; preparing a programme of work to prevent or control the identified risks; implementing, managing and monitoring precautions taken to prevent or control the identified risks; and record keeping in line with the requirements of ACOP L8.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY449632
    Measured Term Contract for Water Quality Control 2022 - 2025; Corporate Property - There is an ongoing requirement for risk assessments and monitoring and sampling of water quality to be undertaken within the Council's Corporate property portfolio throughout the North Lanarkshire Council geographical area. This service will include implementation of a planned monitoring regime for the relevant communal hot and cold-water systems and carrying out any remedial works required to ensure compliance with the relevant statutory requirements, including the Approved Code of Practice on Legionnaires' disease (ACOP L8). To comply with the regulations, the Council will appoint a qualified and competent contractor to carry out the following on our behalf: identifying and assessing sources of risk; preparing a programme of work to prevent or control the identified risks; implementing, managing and monitoring precautions taken to prevent or control the identified risks; and record keeping in line with the requirements of ACOP L8.

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-r6ebe6-0000673400-2022-05-26T00:00:00Z",
    "date": "2022-05-26T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000673400",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-60",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "email": "corporateprocurement@northlan.gov.uk",
                "telephone": "+44 1698403876",
                "faxNumber": "+44 1698275125",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-61",
            "name": "Scottish Courts",
            "identifier": {
                "legalName": "Scottish Courts"
            },
            "address": {
                "locality": "Edinburgh"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-50",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "name": "J. Cameron",
                "email": "cameronj@northlan.gov.uk",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-51",
            "name": "SPIE Limited",
            "identifier": {
                "legalName": "SPIE Limited"
            },
            "address": {
                "streetAddress": "2nd Floor, One Rutherglen Links, Rutherglen Links Business Park, Farmeloan Road",
                "locality": "Glasgow",
                "region": "UKM84",
                "postalCode": "G73 1EE"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-52",
            "name": "Scottish Courts",
            "identifier": {
                "legalName": "Scottish Courts"
            },
            "address": {
                "locality": "Edinburgh"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "North Lanarkshire Council",
        "id": "org-50"
    },
    "tender": {
        "id": "HO MS 21 066 NLC-CPT-21-104",
        "title": "Measured Term Contract for Water Quality Control 2022 - 2025; Corporate Property",
        "description": "There is an ongoing requirement for risk assessments and monitoring and sampling of water quality to be undertaken within the Council's Corporate property portfolio throughout the North Lanarkshire Council geographical area. This service will include implementation of a planned monitoring regime for the relevant communal hot and cold-water systems and carrying out any remedial works required to ensure compliance with the relevant statutory requirements, including the Approved Code of Practice on Legionnaires' disease (ACOP L8). To comply with the regulations, the Council will appoint a qualified and competent contractor to carry out the following on our behalf: identifying and assessing sources of risk; preparing a programme of work to prevent or control the identified risks; implementing, managing and monitoring precautions taken to prevent or control the identified risks; and record keeping in line with the requirements of ACOP L8.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "71630000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71313430",
                        "scheme": "CPV"
                    },
                    {
                        "id": "85111820",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "North Lanarkshire Council area"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2021-12-17T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2021-12-17T12:00:00Z"
        },
        "documents": [
            {
                "id": "NOV433277",
                "documentType": "contractNotice",
                "title": "Measured Term Contract for Water Quality Control 2022 - 2025; Corporate Property",
                "description": "There is an ongoing requirement for risk assessments and monitoring and sampling of water quality to be undertaken within the Council's Corporate property portfolio throughout the North Lanarkshire Council geographical area. This service will include implementation of a planned monitoring regime for the relevant communal hot and cold-water systems and carrying out any remedial works required to ensure compliance with the relevant statutory requirements, including the Approved Code of Practice on Legionnaires' disease (ACOP L8). To comply with the regulations, the Council will appoint a qualified and competent contractor to carry out the following on our behalf: identifying and assessing sources of risk; preparing a programme of work to prevent or control the identified risks; implementing, managing and monitoring precautions taken to prevent or control the identified risks; and record keeping in line with the requirements of ACOP L8.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV433277",
                "format": "text/html"
            },
            {
                "id": "NOV433277-1",
                "title": "Tender documents Water Quality Control 2022 - 2025; Corporate Property-HOMS21066",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV433277&idx=1",
                "datePublished": "2021-11-17T12:55:32Z",
                "dateModified": "2021-11-18T16:40:53Z",
                "format": "application/x-zip-compressed"
            },
            {
                "id": "NOV433277-2",
                "title": "Tender documents Water Quality Control 2022 - 2025; Corporate Property-HOMS21066",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV433277&idx=2",
                "datePublished": "2021-11-18T16:40:53Z",
                "dateModified": "2021-11-18T16:40:53Z",
                "format": "application/x-zip-compressed"
            },
            {
                "id": "NOV433277-3",
                "title": "Minor amendments to Section A20/Contract Particulars of the prelims. Changes highlighted in yellow",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV433277&idx=3",
                "datePublished": "2021-11-24T16:16:19Z",
                "dateModified": "2021-11-24T16:16:19Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "MAY449632",
                "documentType": "awardNotice",
                "title": "Measured Term Contract for Water Quality Control 2022 - 2025; Corporate Property",
                "description": "There is an ongoing requirement for risk assessments and monitoring and sampling of water quality to be undertaken within the Council's Corporate property portfolio throughout the North Lanarkshire Council geographical area. This service will include implementation of a planned monitoring regime for the relevant communal hot and cold-water systems and carrying out any remedial works required to ensure compliance with the relevant statutory requirements, including the Approved Code of Practice on Legionnaires' disease (ACOP L8). To comply with the regulations, the Council will appoint a qualified and competent contractor to carry out the following on our behalf: identifying and assessing sources of risk; preparing a programme of work to prevent or control the identified risks; implementing, managing and monitoring precautions taken to prevent or control the identified risks; and record keeping in line with the requirements of ACOP L8.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY449632",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Risk assessments, monitoring and sampling of water quality to be undertaken within the Council's Corporate property portfolio throughout the North Lanarkshire Council geographical area.",
                "status": "complete",
                "value": {
                    "amount": 500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "End User Satisfaction",
                            "description": "25%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 510
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Initial Contract will be 17 months, with the option to extend for up to a further 12 months (each extension period or periods being no less than 3 months provided that the max extension in aggregate will be a period of 12 months from the expiry of the initial contract period), subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion."
                }
            }
        ],
        "bidOpening": {
            "date": "2021-12-17T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "The Invitation to Tender (ITT) will contain the relevant contract performance conditions and requirements"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "SPD Selection Criteria, Part IV Section A: Suitability 4A.1 and 4A.1.1 Minimum level of standards required: 4A.1 - Bidders must be registered or enrolled in the relevant professional or trade register kept in its country of establishment (as described in Schedule 5 of Public Contracts (Scotland) Regulations 2015). Bidders should confirm they are registered or enrolled on the relevant trade register and provide information relating to this, i.e. registration number, member number etc. 4A.1.1 - If the relevant documentation is available electronically please indicate. Bidders that are unable to meet all of the minimum level(s) of standards required for questions 4A.1 and 4A.1.1 (Part IV, A Suitability of the SPD), will be assessed as a FAIL and will be excluded from the competition. Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4A.1 and 4A.1.1."
                },
                {
                    "type": "economic",
                    "description": "SPD Selection Criteria, Part IV, Section B: Economic and Financial Standing, the following questions: 4B.4, 4B.4.1, 4B.5.1b, 4B.5.2, and 4B.5.3",
                    "minimum": "4B.4- Candidates will be required to meet the undernoted Current Ratio minimum requirements. Bidders will be required to state the value(s) for the following financial ratio(s): Acid Test Ratio The acceptable range for the Acid Test Ratio is: Minimum value required: a value of greater than or equal to 1.00 in each of the last three financial years to 2 decimal places. The Acid Test Ratio will be calculated as follows: (Current Assets minus Inventory) divided by Current Liabilities, calculated to 2 decimal places. 4B.4.1 If the relevant documentation is available electronically, please indicate. 4B.5.1b - Bidders must confirm they already have or commit to obtain prior to the commencement of the Contract, the following levels of insurance cover: 1) Employer's (Compulsory) Liability Insurance: 10,000,000 GBP each and every claim. http://www.hse.gov.uk/pubns/hse40.pdf 4B.5.2 - Bidders must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 1) Public Liability Insurance: 10,000,000 GBP each and every claim. 4B.5.3 If the relevant documentation is available electronically, please indicate. Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e.,4B.4, 4B.5.1b and 4B.5.2. Bidders that are unable to meet all of the minimum level(s) of standards required for questions 4B.4, 4B.5.1b and 4B.5.2 (Part IV Section B, Economic and Financial Standing of the SPD), will be assessed as a FAIL and will be excluded from the competition"
                },
                {
                    "type": "technical",
                    "description": "SPDS Selection Criteria, Part IV Section C: Technical and Professional Ability: 4C.1.2 4C.6 and 4C.10. Owing to the character limitations in this section of the Contract Notice it is not possible to provide all of the information relating to this section (III.1.3) in the Contract Notice). Therefore the Objective and Non-Discriminatory Criteria for Questions 4C.1.2, 4C.6 and 4C.10 are set out in full in the SPD(S) and SPD(S) Minimum Requirements document, which can be accessed through the buyer attachment area within the portal. SPD Selection Criteria, Part IV Section D: Quality Assurance Schemes and Environmental Management Standards: 4D.1, 4D.1.1, 4D.1.2, 4D.2, 4D.2.1 and 4D.2.2. List and brief description of selection criteria: Owing to the character limitations in this section of the Contract Notice it is not possible to provide all of the information relating to this section (III.1.3 in the Contract Notice). Therefore the Objective and Non-Discriminatory Criteria for Questions 4D.1, 4D.1.1, 4D.1.2, 4D.2, 4D.2.1, and 4D.2.2 are set out in full in the SPD(S) and the SPD(S) Minimum Requirements document, which can be accessed through the buyer attachment area within the portal.",
                    "minimum": "4C.1.2 - please provide relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice. 3 examples are required, at least one example should be from the last 3 years. Question 4C.1.2 carries an overall weighting of 100% with 34% attributed to the first example and 33% attributed to examples 2 and 3. Each example provided should be in line with the value, scope, scale, and complexity of the Proposed Contract and should demonstrate that your role in the works was similar to that anticipated in the Proposed Contract. As a minimum, each example provided should detail the constraints, risks and challenges encountered and how these were managed and mitigated, including community engagement, project management, programme management, and KPI evaluations. Bidders must achieve an overall combined minimum score requirement of 50 points. 4C.6 - Bidders will be required to confirm and provide proof that they and/or the service provider are members of the appropriate and relevant trade associations; 1.Legionella Control Association and Scottish and Northern Ireland Plumbing Employers Federation Or Water Safe Or Association of Plumbing and Heating Contractors. Bidders may provide alternative accreditations to those listed above. Any alternative accreditation must be accompanied by documented evidence to demonstrate the alternative is equivalent to the accreditation noted above. Bidders who do not have all of the above educational and professional qualifications will be assessed as a FAIL and will be excluded from the competition. 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e. 4C.1.2, 4C.6 and 4C.10 4D.1 (Quality Management and Health and Safety Procedures) Quality Management Procedures The bidder must hold and provide proof of a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or satisfy items a-g as detailed in 4D.1.1. Health and Safety Procedures The bidder must hold and provide proof of a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 45001 (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 satisfy items a-l in 4D.1.1. 4D.1.2 - If the relevant documentation is available electronically, please indicate. 4D.2 - The Bidder must hold and provide a UKAS (or equivalent) accredited independent third-party certificate of compliance with BS EN ISO 14001 (or equivalent) or satisfy items a-g as listed in 4D.2.1. 4D.2.1- As per SPD(S) 4D.2.2- If the relevant documentation is available electronically, please indicate Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4D.1, 4D.1.1, 4D.2 and 4D.2.1. Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4D.1, 4D.1.1, 4D.2 and 4D.2.1 will be assessed as a FAIL and will be excluded from the competition."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "90714500",
            "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.",
        "hasRecurrence": true,
        "recurrence": {
            "description": "2ND QUARTER 2024"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "(SC Ref:694890)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000673400"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000673400"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "NLC-CPT-21-104",
            "suppliers": [
                {
                    "id": "org-51",
                    "name": "SPIE Limited"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "NLC-CPT-21-104",
            "awardID": "NLC-CPT-21-104",
            "status": "active",
            "value": {
                "amount": 500000,
                "currency": "GBP"
            },
            "dateSigned": "2022-05-26T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2021/S 000-028692"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "121",
                "measure": "bids",
                "value": 7,
                "relatedLot": "1"
            },
            {
                "id": "122",
                "measure": "smeBids",
                "value": 6,
                "relatedLot": "1"
            },
            {
                "id": "123",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "124",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "125",
                "measure": "electronicBids",
                "value": 7,
                "relatedLot": "1"
            }
        ]
    }
}