Award

Provision of Electrical Installation Condition Reports

EAST RENFREWSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

14 Dec 2023 at 00:00

Tender

25 Aug 2023 at 00:00

Summary of the contracting process

The East Renfrewshire Council has completed the award process for the tender titled "Provision of Electrical Installation Condition Reports." This procurement, conducted by the Council, was aimed at obtaining reports for domestic properties to comply with statutory obligations. The total contract value amounts to 210,509.2 GBP, with the contract signed on December 4, 2023. The procurement method utilized was an Open procedure. Valley Group Limited was the awarded supplier for this contract.

Businesses in the electrical services sector focusing on domestic properties would find opportunities for growth in providing Electrical Installation Condition Reports to East Renfrewshire Council. Suitable businesses should be capable of meeting the quality and pricing criteria set by the Council, ensuring compliance with statutory regulations and standards. The Council's emphasis on prompt payment and adherence to subcontractor payment terms offers a favourable environment for businesses with strong financial standing and project execution capabilities to compete effectively.

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

Provision of Electrical Installation Condition Reports

Notice Description

The Council required a new contract to be put in place for provision of Electrical Inspection Condition Reports. These inspections will be carried out on domestic properties. The contract must be put in place to allow the Council to adhere to its duties from the Housing (Scotland) Act 2014 as well as to meet The Scottish Housing Quality Standard (SHQS). The act requires that domestic properties under the Councils control receive periodic electrical inspection and condition reports (EICR). EICR tests involve a visual inspection and functional testing of the electrical installation, including the wiring, consumer units (fuse boxes), switches, sockets, and any other electrical equipment. The test report will highlight any issues found, such as damaged wiring, outdated equipment, or missing earthing and provide recommendations for any necessary repairs or upgrades. If the repairs are minor then the contract will include for this to be carried out whilst the contractor is on site. This procurement was conducted via the Public Contracts Scotland - Tender portal (PCS-T). We applied a one stage Open procedure. Bidders self-certified their adherence to the conditions of participation via the SPD (Scotland) in PSC-T, and were required to submit Means of Proof before contract award. Bidders referred to the specific requirements listed in Section III in the OJEU Contract Notice when completing the SPD in PCS-T.

Lot Information

Lot 1

The Council required a new contract to be put in place for provision of Electrical Inspection Condition Reports. These inspections will be carried out on domestic properties. The contract must be put in place to allow the Council to adhere to its duties from the Housing (Scotland) Act 2014 as well as to meet The Scottish Housing Quality Standard (SHQS). The act requires that domestic properties under the Councils control receive periodic electrical inspection and condition reports (EICR). EICR tests involve a visual inspection and functional testing of the electrical installation, including the wiring, consumer units (fuse boxes), switches, sockets, and any other electrical equipment. The test report will highlight any issues found, such as damaged wiring, outdated equipment, or missing earthing and provide recommendations for any necessary repairs or upgrades. If the repairs are minor then the contract will include for this to be carried out whilst the contractor is on site.. The Council reserves the right to spend up to 268,374 GBP (excluding VAT) throughout the lifetime of the contract, should additional budget become available to conduct reports within additional properties

Options: The Council reserves the right to spend up to 268,374 GBP (excluding VAT) throughout the lifetime of the contract, should additional budget become available to conduct reports within additional properties

Renewal: Up to 2 x 12 month extensions at the discretion of the Council subject to budget availability and performance

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000742309
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC494910
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
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71314100 - Electrical services

71315400 - Building-inspection services

Notice Value(s)

Tender Value
£210,530 £100K-£500K
Lots Value
£210,510 £100K-£500K
Awards Value
Not specified
Contracts Value
£210,509 £100K-£500K

Notice Dates

Publication Date
14 Dec 20232 years ago
Submission Deadline
27 Sep 2023Expired
Future Notice Date
Not specified
Award Date
4 Dec 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
Q1 2027

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
EAST RENFREWSHIRE COUNCIL
Contact Name
Chris Turner
Contact Email
christurner@eastrenfrewshire.gov.uk, vanessa.fordyce@eastrenfrewshire.gov.uk
Contact Phone
+44 1415773669, +44 7587342868

Buyer Location

Locality
GIFFNOCK
Postcode
G46 6UG
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
Delivery Location
TLM83 Inverclyde, East Renfrewshire, and Renfrewshire

Local Authority
East Renfrewshire
Electoral Ward
Giffnock and Thornliebank
Westminster Constituency
East Renfrewshire

Supplier Information

Number of Suppliers
1
Supplier Name

VALLEY GROUP

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG486789
    Provision of Electrical Installation Condition Reports - The Council require a new contract to be put in place for provision of Electrical Inspection Condition Reports. These inspections will be carried out on domestic properties. The contract must be put in place to allow the Council to adhere to its duties from the Housing (Scotland) Act 2014 as well as to meet The Scottish Housing Quality Standard (SHQS). The act requires that domestic properties under the Councils control receive periodic electrical inspection and condition reports (EICR). EICR tests involve a visual inspection and functional testing of the electrical installation, including the wiring, consumer units (fuse boxes), switches, sockets, and any other electrical equipment. The test report will highlight any issues found, such as damaged wiring, outdated equipment, or missing earthing and provide recommendations for any necessary repairs or upgrades. If the repairs are minor then the contract will include for this to be carried out whilst the contractor is on site. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the SPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the SPD in PCS-T.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC494910
    Provision of Electrical Installation Condition Reports - The Council required a new contract to be put in place for provision of Electrical Inspection Condition Reports. These inspections will be carried out on domestic properties. The contract must be put in place to allow the Council to adhere to its duties from the Housing (Scotland) Act 2014 as well as to meet The Scottish Housing Quality Standard (SHQS). The act requires that domestic properties under the Councils control receive periodic electrical inspection and condition reports (EICR). EICR tests involve a visual inspection and functional testing of the electrical installation, including the wiring, consumer units (fuse boxes), switches, sockets, and any other electrical equipment. The test report will highlight any issues found, such as damaged wiring, outdated equipment, or missing earthing and provide recommendations for any necessary repairs or upgrades. If the repairs are minor then the contract will include for this to be carried out whilst the contractor is on site. This procurement was conducted via the Public Contracts Scotland - Tender portal (PCS-T). We applied a one stage Open procedure. Bidders self-certified their adherence to the conditions of participation via the SPD (Scotland) in PSC-T, and were required to submit Means of Proof before contract award. Bidders referred to the specific requirements listed in Section III in the OJEU Contract Notice when completing the SPD in PCS-T.

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-r6ebe6-0000742309-2023-12-14T00:00:00Z",
    "date": "2023-12-14T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000742309",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-45",
            "name": "East Renfrewshire Council",
            "identifier": {
                "legalName": "East Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Eastwood HQ, Eastwood Park,",
                "locality": "Giffnock",
                "region": "UKM83",
                "postalCode": "G46 6UG"
            },
            "contactPoint": {
                "name": "Chris Turner",
                "email": "christurner@eastrenfrewshire.gov.uk",
                "telephone": "+44 7587342868",
                "url": "https://www.publictendersscotland.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.eastrenfrewshire.gov.uk"
            }
        },
        {
            "id": "org-46",
            "name": "Paisley Sheriff Court and Justice of the Peace",
            "identifier": {
                "legalName": "Paisley Sheriff Court and Justice of the Peace"
            },
            "address": {
                "locality": "Paisley",
                "postalCode": "PA3 2HW"
            },
            "contactPoint": {
                "email": "paisley@scotcourts.gov.uk",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-85",
            "name": "East Renfrewshire Council",
            "identifier": {
                "legalName": "East Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Eastwood HQ, Eastwood Park,",
                "locality": "Giffnock",
                "region": "UKM83",
                "postalCode": "G46 6UG"
            },
            "contactPoint": {
                "email": "vanessa.fordyce@eastrenfrewshire.gov.uk",
                "telephone": "+44 1415773669",
                "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.eastrenfrewshire.gov.uk"
            }
        },
        {
            "id": "org-99",
            "name": "Valley Group Limited",
            "identifier": {
                "legalName": "Valley Group Limited"
            },
            "address": {
                "streetAddress": "Block 14, Unit B8, 125 Summerlee Street, Queenslie Industrial Estate",
                "locality": "Glasgow",
                "region": "UK",
                "postalCode": "G33 4DB"
            },
            "contactPoint": {
                "telephone": "+44 1414040244"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-87",
            "name": "Paisley Sheriff Court and Justice of the Peace",
            "identifier": {
                "legalName": "Paisley Sheriff Court and Justice of the Peace"
            },
            "address": {
                "locality": "Paisley",
                "postalCode": "PA3 2HW"
            },
            "contactPoint": {
                "email": "paisley@scotcourts.gov.uk",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "East Renfrewshire Council",
        "id": "org-85"
    },
    "tender": {
        "id": "ERC000246",
        "title": "Provision of Electrical Installation Condition Reports",
        "description": "The Council required a new contract to be put in place for provision of Electrical Inspection Condition Reports. These inspections will be carried out on domestic properties. The contract must be put in place to allow the Council to adhere to its duties from the Housing (Scotland) Act 2014 as well as to meet The Scottish Housing Quality Standard (SHQS). The act requires that domestic properties under the Councils control receive periodic electrical inspection and condition reports (EICR). EICR tests involve a visual inspection and functional testing of the electrical installation, including the wiring, consumer units (fuse boxes), switches, sockets, and any other electrical equipment. The test report will highlight any issues found, such as damaged wiring, outdated equipment, or missing earthing and provide recommendations for any necessary repairs or upgrades. If the repairs are minor then the contract will include for this to be carried out whilst the contractor is on site. This procurement was conducted via the Public Contracts Scotland - Tender portal (PCS-T). We applied a one stage Open procedure. Bidders self-certified their adherence to the conditions of participation via the SPD (Scotland) in PSC-T, and were required to submit Means of Proof before contract award. Bidders referred to the specific requirements listed in Section III in the OJEU Contract Notice when completing the SPD in PCS-T.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "71315400",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 210530,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2023-09-27T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2023-09-27T12:00:00Z"
        },
        "documents": [
            {
                "id": "AUG486789",
                "documentType": "contractNotice",
                "title": "Provision of Electrical Installation Condition Reports",
                "description": "The Council require a new contract to be put in place for provision of Electrical Inspection Condition Reports. These inspections will be carried out on domestic properties. The contract must be put in place to allow the Council to adhere to its duties from the Housing (Scotland) Act 2014 as well as to meet The Scottish Housing Quality Standard (SHQS). The act requires that domestic properties under the Councils control receive periodic electrical inspection and condition reports (EICR). EICR tests involve a visual inspection and functional testing of the electrical installation, including the wiring, consumer units (fuse boxes), switches, sockets, and any other electrical equipment. The test report will highlight any issues found, such as damaged wiring, outdated equipment, or missing earthing and provide recommendations for any necessary repairs or upgrades. If the repairs are minor then the contract will include for this to be carried out whilst the contractor is on site. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the SPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the SPD in PCS-T.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG486789",
                "format": "text/html"
            },
            {
                "id": "DEC494910",
                "documentType": "awardNotice",
                "title": "Provision of Electrical Installation Condition Reports",
                "description": "The Council required a new contract to be put in place for provision of Electrical Inspection Condition Reports. These inspections will be carried out on domestic properties. The contract must be put in place to allow the Council to adhere to its duties from the Housing (Scotland) Act 2014 as well as to meet The Scottish Housing Quality Standard (SHQS). The act requires that domestic properties under the Councils control receive periodic electrical inspection and condition reports (EICR). EICR tests involve a visual inspection and functional testing of the electrical installation, including the wiring, consumer units (fuse boxes), switches, sockets, and any other electrical equipment. The test report will highlight any issues found, such as damaged wiring, outdated equipment, or missing earthing and provide recommendations for any necessary repairs or upgrades. If the repairs are minor then the contract will include for this to be carried out whilst the contractor is on site. This procurement was conducted via the Public Contracts Scotland - Tender portal (PCS-T). We applied a one stage Open procedure. Bidders self-certified their adherence to the conditions of participation via the SPD (Scotland) in PSC-T, and were required to submit Means of Proof before contract award. Bidders referred to the specific requirements listed in Section III in the OJEU Contract Notice when completing the SPD in PCS-T.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC494910",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Council required a new contract to be put in place for provision of Electrical Inspection Condition Reports. These inspections will be carried out on domestic properties. The contract must be put in place to allow the Council to adhere to its duties from the Housing (Scotland) Act 2014 as well as to meet The Scottish Housing Quality Standard (SHQS). The act requires that domestic properties under the Councils control receive periodic electrical inspection and condition reports (EICR). EICR tests involve a visual inspection and functional testing of the electrical installation, including the wiring, consumer units (fuse boxes), switches, sockets, and any other electrical equipment. The test report will highlight any issues found, such as damaged wiring, outdated equipment, or missing earthing and provide recommendations for any necessary repairs or upgrades. If the repairs are minor then the contract will include for this to be carried out whilst the contractor is on site.. The Council reserves the right to spend up to 268,374 GBP (excluding VAT) throughout the lifetime of the contract, should additional budget become available to conduct reports within additional properties",
                "status": "complete",
                "value": {
                    "amount": 210510,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Methodology & Approach",
                            "description": "20"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "options": {
                    "description": "The Council reserves the right to spend up to 268,374 GBP (excluding VAT) throughout the lifetime of the contract, should additional budget become available to conduct reports within additional properties"
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Up to 2 x 12 month extensions at the discretion of the Council subject to budget availability and performance"
                }
            }
        ],
        "bidOpening": {
            "date": "2023-09-27T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "The conditions of contract will be the SBCC Measured Term Contract for use in Scotland (MTC/Scot 2011)"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Bidders (or their sub-contractor(s)) are required to be approved members of NICEIC, Select, ECA, NSI/NACOSS, BSIA, SSAIB, UKAS, TIA NICEIC in order to be considered for this contract. Failure to confirm accreditation with these institutes will result in the bidder being automatically disqualified from the evaluation process."
                },
                {
                    "type": "economic",
                    "description": "The Council reserves the right at its own discretion to seek information from the applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to determine the Applicant's economic and financial standing. East Renfrewshire Council requires to ensure that the economic operator has the necessary economic and financial capacity to perform and complete the contract. In the current difficult economic environment, the Council seeks to ensure that the contractor who undertakes the works has suitable financial strength and capacity to complete these goods, works or services. Where an economic operator wishes to be considered for selection under this contract but cannot meet the turnover and/or Credit Safe score of 30 that economic operator must provide financial information which will satisfy the Council that they have an equivalent level of economic and financial standing; and must provide related guarantees or formal assurances to support their right to participate and be considered for any contract award (Regulation 61(8)). Please note that any financial information disclosed should evidence the financial strength of the economic operator tendering, therefore additional supporting information will need to be provided where joint or group accounts are provided in support of a bid to explain to the Council the relevance of that information. Where the economic bidder relies upon or intends to reply upon any Key Subcontractors in performance of the contract, then the Council reserves the right to assess the financial strength and suitability the Key subcontractor as part of the qualification process; Where the economic operator relies upon a parent company to provide financial assurance in support of their bid, the Council will also reserve the right to seek financial information on the strength and suitability of the parent company; and Where the economic operator relies upon the capacity of other parties in respect of selection and/or performance of the contract, then dependent on the nature of the arrangement the Council may require full disclosure of financial information in support of the bid. For example, where the bidder identifies as a consortium the Council will require that the consortium, as a group, can meet the financial selection requirements contained in the procurement documents. Where a bidder is part of a Consortium, it shall procure the execution and delivery to the Employer of a Consortium Guarantee (in the form provided by the council) executed by each member of the Consortium (acting as Consortium guarantor) in Self Proving Form. The Council reserves the right to monitor that the economic operator continues to meet the financial selection requirements upon receipt of the invitation to tender or after evaluation has been completed and prior to any award being made. Economic operators must inform the Council of any changes to any submission made by them in respect of their financial and or economic situation. The Council will further reserve the right to remove any economic operator from the tendering process where they are no longer able to fulfil any of the selection requirements as directed within the procurement documents. Further detail is contained within the procurement documents. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 5 million GBP Public Liability Insurance = 5 million GBP Professional Indemnity Insurance = 2 million GBP Third Party Motor Vehicle Insurance"
                },
                {
                    "type": "technical",
                    "description": "Selection criteria as stated in the procurement documents. Due to the nature of the works it is mandatory that all of the successful contractor's staff or staff of a sub-contractor(s) are accredited under the Construction Skills Competence Scheme (CSCS) or the Scottish Construction Operative Registration Executive (SCORE). The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 (or equivalent) OR A regularly reviewed and documented policy for Health and Safety management The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate OR A regularly reviewed documented policy regarding environmental management Failure to confirm necessary accreditations/ memberships or qualifications will result in the bidder being automatically disqualified from the evaluation process. Bidders who intend to use a supply chain to deliver the requirements detailed in the Contract Notice, must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. Bidders must provide a response at SPD Q4.C.4 and this will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms. b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. Bidders unable to confirm (b) must provide an improvement plan, signed by their Director, which improves payment performance. It should be noted that where a bidder is unable to confirm or provide a satisfactory improvement plan the Council reserves the right to remove you from the process. Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2C.1 of the qualification envelope."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "71314100",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "Q1 2027"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Prompt Payment-The successful tenderer shall, as a condition of being awarded the contract, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these services are paid timeously and that as a minimum invoices rendered by subcontractors shall(unless formally disputed by the tenderer)be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any. The Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Failure to supply the information within timeframe requested may result in your bid being rejected & the Council proceeding with the procurement exercise to the next appropriate bidder. Additional information pertaining to this contract notice is contained within the Tender documents. Applicants must ensure they read in line with this contract notice (SC Ref:753313)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000742309"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000742309"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "ERC000246",
            "suppliers": [
                {
                    "id": "org-99",
                    "name": "Valley Group Limited"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "ERC000246",
            "awardID": "ERC000246",
            "status": "active",
            "value": {
                "amount": 210509.2,
                "currency": "GBP"
            },
            "dateSigned": "2023-12-04T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2023/S 000-025057"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "237",
                "measure": "bids",
                "value": 6,
                "relatedLot": "1"
            },
            {
                "id": "238",
                "measure": "smeBids",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "239",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "240",
                "measure": "foreignBidsFromNonEU",
                "value": 6,
                "relatedLot": "1"
            },
            {
                "id": "241",
                "measure": "electronicBids",
                "value": 6,
                "relatedLot": "1"
            }
        ]
    }
}