Award

Soft Facilities Management Services

SCOTTISH POLICE AUTHORITY

This public procurement record has 2 releases in its history.

Award

17 Nov 2022 at 00:00

Tender

07 Dec 2021 at 00:00

Summary of the contracting process

The Scottish Police Authority has awarded a contract for Soft Facilities Management Services. The procurement involved a selective restricted procedure. The contract's maximum duration is 5 years, with an initial 3-year period and the option to extend for two additional 12-month periods. The procurement stage is complete, and the contract is currently active. The contract is valued at approximately £75.5 million GBP and covers services such as Cleaning & Janitorial, Catering, and Security. The procurement method used was selective, and the main procurement category is services.

This tender for Soft Facilities Management Services by the Scottish Police Authority offers opportunities for businesses in the public order and safety industry category. Companies specialising in Cleaning & Janitorial, Catering, Security, and related services would be well-suited to compete. The contract duration of 5 years, with potential extensions, presents a stable and long-term opportunity for service providers in the identified industry category. Businesses should pay attention to updates on the public procurement portal for potential future tender opportunities within the same category and with similar requirements.

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

Soft Facilities Management Services

Notice Description

The Authority has awarded a contract to a single service provider for the provision of Soft Facilities Management (FM) Services. The maximum contract duration is 5 years (initial duration 3 years with the option to extend for two further 12 month periods.

Lot Information

Lot 1

The Authority has awarded a contract to a single service provider for the provision of Soft Facilities Management (FM) services. The service will include Soft FM services and related services. The maximum contract duration is 5 years (initial duration 3 years with the option to extend for a period of two 12 month periods). The services include Cleaning & Janitorial, Catering and Security and associated services such as Deep cleans, Waste, Linen, Lifeguard and Mailroom Resources. The Estimated total value of the Contract is approximately 75.5 million GBP. There will be a need over the contract term to allow the Scottish Police Authority to remove, amend or change the buildings and structures of their estate (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the public sector), amend scope and/or range of services and to vary the contract accordingly including the overall estimated value of the contract. The Contractor will also provide and administer a national helpdesk and an appropriate CAFM system to provide relevant Management Information such as real time help desk statistics, KPI monitoring and auditing.. Candidates should read and refer to the Soft FM ITP Information and Instructions for Candidates Document. Failure to comply may result in your submission being rejected. Economic operators may be excluded from this competition in accordance with Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Options: The very nature of facilities management can be complex, variable and in flux. There will be a need over the contract term to allow the Scottish Police Authority to remove, amend or change the buildings and structures of their estate (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the public sector), amend scope and/or range of services and to vary the contract accordingly including the overall value of the contract estimated at Paragraph II.1.5) (Estimated total value) above.

Renewal: The initial contract period will be 36 months with the option to extend for a period of two 12 month periods at the discretion of the authority.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000675960
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV464603
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

42 - Industrial machinery

55 - Hotel, restaurant and retail trade services

71 - Architectural, construction, engineering and inspection services

72 - IT services: consulting, software development, Internet and support

79 - Business services: law, marketing, consulting, recruitment, printing and security

90 - Sewage, refuse, cleaning and environmental services

92 - Recreational, cultural and sporting services

98 - Other community, social and personal services


CPV Codes

42933000 - Vending machines

42933100 - Sanitary vending machines

55510000 - Canteen services

71317200 - Health and safety services

72253000 - Helpdesk and support services

79993000 - Building and facilities management services

79993100 - Facilities management services

90500000 - Refuse and waste related services

90700000 - Environmental services

90910000 - Cleaning services

92610000 - Sports facilities operation services

98311100 - Laundry-management services

98311200 - Laundry-operation services

Notice Value(s)

Tender Value
£75,500,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£75,500,000 £10M-£100M

Notice Dates

Publication Date
17 Nov 20223 years ago
Submission Deadline
19 Jan 2022Expired
Future Notice Date
Not specified
Award Date
14 Nov 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
The Authority may re-let this contract prior to the end of the initial 3 year period and a Contract Notice will be published circa 18 months prior to the end of the initial period. If not, the 12 month extension will be used, the supplier will be notified prior to its commencement date. Decision to utilise final 12 months extension will be taken at least 6 months prior to commencement.

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
SCOTTISH POLICE AUTHORITY
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
GLASGOW
Postcode
G51 1DZ
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM Scotland

Local Authority
Glasgow City
Electoral Ward
Govan
Westminster Constituency
Glasgow South West

Supplier Information

Number of Suppliers
1
Supplier Name

ATALIAN SERVEST INTEGRATED SOLUTIONS

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC434913
    Soft Facilities Management Services - Soft Facilities Management (FM) Services covering the operational estate across Scotland. The services include Cleaning & Janitorial, Catering and Security and associated services such as Deep cleans, Waste, Linen, Lifeguard and Mailroom Resources. The Authority intends to award a contract to a single service provider for the provision of Soft Facilities Management (FM) Services. The maximum contract duration is 5 years (initial duration 3 years with the option to extend for two further 12 month periods.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV464603
    Soft Facilities Management Services - The Authority has awarded a contract to a single service provider for the provision of Soft Facilities Management (FM) Services. The maximum contract duration is 5 years (initial duration 3 years with the option to extend for two further 12 month periods.

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-r6ebe6-0000675960-2022-11-17T00:00:00Z",
    "date": "2022-11-17T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000675960",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-88",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G51 1DZ"
            },
            "contactPoint": {
                "email": "rebecca.hall@scotland.pnn.police.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "03",
                        "description": "Public order and safety",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.spa.police.uk"
            }
        },
        {
            "id": "org-48",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9TW"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-94",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G51 1DZ"
            },
            "contactPoint": {
                "email": "ibragim.ismailov@scotland.police.uk",
                "telephone": "+44 1786895668",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "03",
                        "description": "Public order and safety",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.spa.police.uk"
            }
        },
        {
            "id": "org-127",
            "name": "Atalian Servest Integrated Solutions Limited",
            "identifier": {
                "legalName": "Atalian Servest Integrated Solutions Limited"
            },
            "address": {
                "streetAddress": "42 Dryden Road, Bilston Industrial Estate, Loanhead",
                "locality": "Midlothian",
                "region": "UKM",
                "postalCode": "EH20 9LZ"
            },
            "contactPoint": {
                "telephone": "+44 1415596500"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-25",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "1 Carlton Pl",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "url": "https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Scottish Police Authority",
        "id": "org-94"
    },
    "tender": {
        "id": "Proc-21-1060 PCS-t Project No. 20198",
        "title": "Soft Facilities Management Services",
        "description": "The Authority has awarded a contract to a single service provider for the provision of Soft Facilities Management (FM) Services. The maximum contract duration is 5 years (initial duration 3 years with the option to extend for two further 12 month periods.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "79993000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "79993100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "55510000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72253000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90500000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90910000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "98311100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "98311200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "42933000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "42933100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71317200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90700000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "92610000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 75500000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2022-01-19T12:00:00Z"
        },
        "documents": [
            {
                "id": "DEC434913",
                "documentType": "contractNotice",
                "title": "Soft Facilities Management Services",
                "description": "Soft Facilities Management (FM) Services covering the operational estate across Scotland. The services include Cleaning & Janitorial, Catering and Security and associated services such as Deep cleans, Waste, Linen, Lifeguard and Mailroom Resources. The Authority intends to award a contract to a single service provider for the provision of Soft Facilities Management (FM) Services. The maximum contract duration is 5 years (initial duration 3 years with the option to extend for two further 12 month periods.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC434913",
                "format": "text/html"
            },
            {
                "id": "NOV464603",
                "documentType": "awardNotice",
                "title": "Soft Facilities Management Services",
                "description": "The Authority has awarded a contract to a single service provider for the provision of Soft Facilities Management (FM) Services. The maximum contract duration is 5 years (initial duration 3 years with the option to extend for two further 12 month periods.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV464603",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Authority has awarded a contract to a single service provider for the provision of Soft Facilities Management (FM) services. The service will include Soft FM services and related services. The maximum contract duration is 5 years (initial duration 3 years with the option to extend for a period of two 12 month periods). The services include Cleaning & Janitorial, Catering and Security and associated services such as Deep cleans, Waste, Linen, Lifeguard and Mailroom Resources. The Estimated total value of the Contract is approximately 75.5 million GBP. There will be a need over the contract term to allow the Scottish Police Authority to remove, amend or change the buildings and structures of their estate (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the public sector), amend scope and/or range of services and to vary the contract accordingly including the overall estimated value of the contract. The Contractor will also provide and administer a national helpdesk and an appropriate CAFM system to provide relevant Management Information such as real time help desk statistics, KPI monitoring and auditing.. Candidates should read and refer to the Soft FM ITP Information and Instructions for Candidates Document. Failure to comply may result in your submission being rejected. Economic operators may be excluded from this competition in accordance with Regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "options": {
                    "description": "The very nature of facilities management can be complex, variable and in flux. There will be a need over the contract term to allow the Scottish Police Authority to remove, amend or change the buildings and structures of their estate (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the public sector), amend scope and/or range of services and to vary the contract accordingly including the overall value of the contract estimated at Paragraph II.1.5) (Estimated total value) above."
                },
                "hasOptions": true,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial contract period will be 36 months with the option to extend for a period of two 12 month periods at the discretion of the authority."
                }
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "The Invitation to Tender (ITT) will contain all the relevant contract performance requirements. The KPIs may include the following areas of Quality, Service, Cost, and Sustainability and cover elements of Customer Service; Statutory Compliance; Operational Delivery, Innovation and Continuous Improvement, Financial Management, fair working practices and community benefits."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2022-02-23T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "SPD Question 4A.1 Trade Registers It is a requirement of this tender that if the Candidate is UK based they must hold a valid registration with Companies House. Where the Candidate is UK based but not registered at Companies House they must be able to verify to the SPA's satisfaction that they are trading from the address provided in the tender and under the company name given. Candidates within the UK must confirm if they are registered under Companies House within this question. If the Candidate is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015. SPD Question 4A.2 Accreditation It is a requirement of this contract that Candidates must have ISO 27001- Information Security Management. Candidates are required to confirm this and demonstrate this as part of their response. If a Candidate is working towards it this should be advised with an expected date of achieving ISO 27001. ISO27001 must in place before contract award at the latest. Failure to do so will result in the contract not being awarded."
                },
                {
                    "type": "economic",
                    "description": "This section refers to SPD (Scotland) Section IV Part B: 4B.1.1,4B.1.3 4B.3, 4B.5.1, 4B.5.2, 4B.5.3, 4B.6 and 4B6.1. Specific yearly turnover Insurance Requirements Other economic and financial requirements",
                    "minimum": "The minimum requirements are detailed in Appendix 1 - SPD requirements of the document titled 'SOFT FM ITP Information and Instructions for Candidates' attached to the PCS-tender system. Q4B.1.1 Candidates will be required to have a minimum yearly (\"general\") turnover of 27,000,000 GBP for the last 3 full audited years. 4B.1.3 -- If the relevant documentation is available electronically, please indicate: Q4B.3 Where turnover information is not available for the time period requested, the candidate will be required to state the date which they were set up or started trading. Q4B.5.1 It is a requirement of this Contract that Candidates hold, or can commit to obtain prior to the commence of any subsequently awarded Contract, indicated below: Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Public Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims, increasing to 20 million GBP in respect of each claim without limit to the number of claims in respect of Lifeguarding activities (Lifeguard on duty at one facility). Product Liability Insurance = 5 million GBP in respect of each claim and in the aggregate. Professional Indemnity Insurance = 5 million GBP in the aggregate with unlimited round the clock reinstatement Motor Vehicle Insurance = Minimum Third Party Motor Vehicle Liability in respect of any motor vehicle or plated plant used. Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies. Q4B.6 Credit safe report for a Candidates organisation greater than 30. Candidates should be aware that the Scottish Police Authority reserves the right to seek additional assurances where a bidder fails to achieve the required financial standing by way of a commitment to obtaining a Parent Company Guarantee (PCG) or a bank guarantee."
                },
                {
                    "type": "technical",
                    "description": "This section refers to SPD (Scotland) Section IV Part C: Candidates must refer to the SOFT FM ITP Information and Instructions for Candidates document concerning Section C, part IV, Technical and Professional Ability selection criteria. SPD (Scotland) Selection Criteria Section, question Section C, part IV, Technical and Professional Ability: 4C.1.2A, 4C.1.2B, 4C.1.2C, 4C.2A, 4C.4A, 4C.7A and 4C.10.",
                    "minimum": "Candidates must refer to the SOFT FM ITP Information and Instructions for Candidates document concerning Section C, part IV, Technical and Professional Ability selection criteria. Statements for: 4C.1.2A -- Candidates will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in the SOFT FM ITP Information and Instructions for Candidates document. 4C.1.2B -- Candidates will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in the SOFT FM ITP Information and Instructions for Candidates document. 4C.1.2C -- Candidates will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in the SOFT FM ITP Information and Instructions for Candidates document. 4C.2A -- Candidates will be required to details the key persons who can be called upon to deliver the requirements of the project as described in the SOFT FM ITP Information and Instructions for Candidates document. 4C.4 -- Candidates will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. 4C.7A -- Candidates will be required to confirm that they will employ environmental management measures that meet the following requirements: [Please refer to the SOFT FM ITP Information and Instructions for Candidates document] 4C.10 -- Candidates will be required to confirm whether they intend to sub-contract and, if so, for what proportion of the contract. The following question within Part IV, Section C, Technical and Professional Ability will be subject to a weighted as follows 4C.1.2.A - Case Study 1 :Soft FM Service Delivery - Cleaning 30% 4C.1.2.B - Case Study 2 : Soft FM Delivery - Security 20% 4C.1.2.C - Case Study 3 : Soft FM Delivery - Catering 10% 4C.2.A - Key Persons 15% 4C.4.A - Supply Chain Management 15% 4C.7.A - Environmental 10% All other questions within this section C asked, will carry no weighting and used for information purposes only. The minimum requirements are detailed in Appendix 1 - SPD requirements of the document titled 'SOFT FM ITP Information and Instructions for Candidates' attached to the PCS-tender system. The tenderer's representative with overall responsibility for undertaking the works and the personnel assigned to the supply of the services shall be vetted to Non Police Personnel Vetting Standards (NPPV) Level 2 and 3. It would be beneficial if tenderer's put forwards team that hold or have recently held NPPV Level 2 and 3."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 540
            }
        },
        "classification": {
            "id": "79993000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "The Authority may re-let this contract prior to the end of the initial 3 year period and a Contract Notice will be published circa 18 months prior to the end of the initial period. If not, the 12 month extension will be used, the supplier will be notified prior to its commencement date. Decision to utilise final 12 months extension will be taken at least 6 months prior to commencement."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. Candidates must refer to the SOFT FM ITP Information and Instructions for Candidates document concerning Section D, Quality Assurance Schemes and Environmental Standards selection criteria. SPD (Scotland) Selection Criteria Section, Part IV Section D. 4D.1, 4D.1.1, 4D.1.2, 4D.2, 4D.2.1 and 4D.2.2 See PROC-21-1040 Contract Notice for Assessment of Employment Status; Equality and Diversity; Subcontractor, Living Wage and Data Protection Act 2018 and the GDPR detail and TUPE. Declaration of Non-Involvement in Serious Organised Crime & Security Aspects -must complete and sign both forms and for sub-contractors. Vetting- Personnel assigned to the supply of the services shall be vetted to NPPV2 and 3. Please note TUPE may apply. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 20198. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 . The Candidate must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). The Candidate must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001/ISO45001 (or equivalent) which covers the activities required for delivery of the Contract 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. The Candidate must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate. Data Protection Tenderers must be aware of their obligations under the Data Protection Act 2018 and the GDPR as set out in the Contract. (SC Ref:713558)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000675960"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000675960"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "Proc-21-1060",
            "suppliers": [
                {
                    "id": "org-127",
                    "name": "Atalian Servest Integrated Solutions Limited"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "Proc-21-1060",
            "awardID": "Proc-21-1060",
            "status": "active",
            "value": {
                "amount": 75500000,
                "currency": "GBP"
            },
            "dateSigned": "2022-11-14T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2021/S 000-030300"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "308",
                "measure": "bids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "309",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "310",
                "measure": "foreignBidsFromEU",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "311",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "312",
                "measure": "electronicBids",
                "value": 4,
                "relatedLot": "1"
            }
        ]
    }
}