Award

Legionella Prevention, Control and Risk Management Services 2024-26

EAST RENFREWSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

08 Oct 2024 at 00:00

Tender

30 Nov 2023 at 00:00

Summary of the contracting process

East Renfrewshire Council has concluded the contracting process for the "Legionella Prevention, Control and Risk Management Services 2024-26" project, with an award made to WQS WONDERSEAL Ltd. The contract involves the provision of comprehensive Legionella control services for a number of properties, including 128 non-housing properties, 8 sheltered housing complexes, 1 homeless unit, and 2939 domestic dwellings across the council's jurisdiction. The procurement was carried out as an open procedure, with the award decision made on 9th April 2024, valuing the contract at £1,800,000 GBP. The project is set to ensure compliance with various health and safety regulations and guidelines, and the services are specifically targeted at maintaining statutory compliance through risk assessments and monitoring. This tender creates significant opportunities for businesses within the environmental services and health and safety sectors, particularly those specialising in water safety and Legionella control. SMEs, especially those accredited under the Construction Skills Competence Scheme (CSCS) or Scottish Construction Operative Registration Executive (SCORE), and with prior experience in similar contracts, would be well-suited to compete. Winning such contracts can lead to long-term partnerships with public authorities like East Renfrewshire Council, providing a stable revenue stream and enhancing the company’s portfolio of public sector contracts.

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

Legionella Prevention, Control and Risk Management Services 2024-26

Notice Description

East Renfrewshire council are seeking bids for a Measured Term Contract to provide a Legionella Bacteria Control, Prevention and Risk Management Service for East Renfrewshire Council Properties (Housing and Non-Housing) 2019-21 programme in compliance with the following: -Legionnaires' Disease (The Control of Legionella Bacteria in Water Systems) L8 Approved Code of Practice and Guidance on Regulations; -Legionnaires' Disease Technical Guidance Parts 1, 2 and 3; -Current E.C. Guidelines; -Workplace Regulations; -Food Safety Act; -The Health and Safety at Work Act 1974; -The Control of Substances Hazardous to Health Regulations 2002; -The Management of Health and Safety at Work Regulations 1999; -The Notification of Cooling Towers and Evaporative Condensers Regulations 1992. East Renfrewshire Council requires the Legionella Bacteria Control, Prevention and Risk Management service for approximately 128 non housing properties, 8 sheltered housing complexes, 1 homeless unit and 2939 domestic dwellings (housing properties). All the non-housing properties require a risk assessment and the subsequent monitoring service carried out to ensure statutory compliance. A percentage of the housing properties require a risk assessment and the subsequent monitoring service carried out to ensure statutory compliance the provision for this is included within the contract.

Lot Information

Lot 1

Open Route 3 Tender (Services Contract) Utilising Public Contract Scotland Tender The form of contract for will be the SBCC Measured Term Contract for use in Scotland (2011 Edition). For the avoidance of doubt bidders should note that the value in this notice is a ceiling value and is not guaranteed or implied and will only be utilised should the winning contractor be performing effectively, have capacity when such works arise and provide a quick cost effective option for such spend.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.

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-r6ebe6-0000751974
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT515692
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

38 - Laboratory, optical and precision equipments (excl. glasses)

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

38341500 - Contamination-monitoring devices

38910000 - Hygiene monitoring and testing equipment

90713100 - Consulting services for water-supply and waste-water other than for construction

Notice Value(s)

Tender Value
£1,800,000 £1M-£10M
Lots Value
£1,800,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£1,800,000 £1M-£10M

Notice Dates

Publication Date
8 Oct 20241 years ago
Submission Deadline
12 Jan 2024Expired
Future Notice Date
Not specified
Award Date
9 Apr 20241 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
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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

WQS WONDERSEAL

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV493863
    Legionella Prevention, Control and Risk Management Services 2024-26 - East Renfrewshire council are seeking bids for a Measured Term Contract to provide a Legionella Bacteria Control, Prevention and Risk Management Service for East Renfrewshire Council Properties (Housing and Non-Housing) 2019-21 programme in compliance with the following: -Legionnaires' Disease (The Control of Legionella Bacteria in Water Systems) L8 Approved Code of Practice and Guidance on Regulations; -Legionnaires' Disease Technical Guidance Parts 1, 2 and 3; -Current E.C. Guidelines; -Workplace Regulations; -Food Safety Act; -The Health and Safety at Work Act 1974; -The Control of Substances Hazardous to Health Regulations 2002; -The Management of Health and Safety at Work Regulations 1999; -The Notification of Cooling Towers and Evaporative Condensers Regulations 1992. East Renfrewshire Council requires the Legionella Bacteria Control, Prevention and Risk Management service for approximately 128 non housing properties, 8 sheltered housing complexes, 1 homeless unit and 2939 domestic dwellings (housing properties). All the non-housing properties require a risk assessment and the subsequent monitoring service carried out to ensure statutory compliance. A percentage of the housing properties require a risk assessment and the subsequent monitoring service carried out to ensure statutory compliance the provision for this is included within the contract.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT515692
    Legionella Prevention, Control and Risk Management Services 2024-26 - East Renfrewshire council are seeking bids for a Measured Term Contract to provide a Legionella Bacteria Control, Prevention and Risk Management Service for East Renfrewshire Council Properties (Housing and Non-Housing) 2019-21 programme in compliance with the following: -Legionnaires' Disease (The Control of Legionella Bacteria in Water Systems) L8 Approved Code of Practice and Guidance on Regulations; -Legionnaires' Disease Technical Guidance Parts 1, 2 and 3; -Current E.C. Guidelines; -Workplace Regulations; -Food Safety Act; -The Health and Safety at Work Act 1974; -The Control of Substances Hazardous to Health Regulations 2002; -The Management of Health and Safety at Work Regulations 1999; -The Notification of Cooling Towers and Evaporative Condensers Regulations 1992. East Renfrewshire Council requires the Legionella Bacteria Control, Prevention and Risk Management service for approximately 128 non housing properties, 8 sheltered housing complexes, 1 homeless unit and 2939 domestic dwellings (housing properties). All the non-housing properties require a risk assessment and the subsequent monitoring service carried out to ensure statutory compliance. A percentage of the housing properties require a risk assessment and the subsequent monitoring service carried out to ensure statutory compliance the provision for this is included within the contract.

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-r6ebe6-0000751974-2024-10-08T00:00:00Z",
    "date": "2024-10-08T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000751974",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-3",
            "name": "East Renfrewshire Council",
            "identifier": {
                "legalName": "East Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Eastwood HQ, Eastwood Park,",
                "locality": "Giffnock",
                "region": "UKM83",
                "postalCode": "G46 6UG"
            },
            "contactPoint": {
                "name": "May Harvey-Welsh",
                "email": "may.harvey-welsh@eastrenfrewshire.gov.uk",
                "telephone": "+44 1415773669",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.eastrenfrewshire.gov.uk"
            }
        },
        {
            "id": "org-8",
            "name": "Paisley Sheriff Court and Justice of the Peace",
            "identifier": {
                "legalName": "Paisley Sheriff Court and Justice of the Peace"
            },
            "address": {
                "locality": "Paisley"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-66",
            "name": "East Renfrewshire Council",
            "identifier": {
                "legalName": "East Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Eastwood HQ, Eastwood Park,",
                "locality": "Giffnock",
                "region": "UKM83",
                "postalCode": "G46 6UG"
            },
            "contactPoint": {
                "email": "sandra.bisset@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-528",
            "name": "WQS WONDERSEAL Ltd",
            "identifier": {
                "legalName": "WQS WONDERSEAL Ltd"
            },
            "address": {
                "streetAddress": "10/61 Springfield Road, Salsburgh",
                "locality": "Shotts",
                "region": "UK",
                "postalCode": "ML7 4LP"
            },
            "contactPoint": {
                "telephone": "+44 1236437377",
                "faxNumber": "+44 1236437377"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-529",
            "name": "Paisley Sheriff Court and Justice of the Peace",
            "identifier": {
                "legalName": "Paisley Sheriff Court and Justice of the Peace"
            },
            "address": {
                "locality": "Paisley"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "East Renfrewshire Council",
        "id": "org-66"
    },
    "tender": {
        "id": "ERC000305",
        "title": "Legionella Prevention, Control and Risk Management Services 2024-26",
        "description": "East Renfrewshire council are seeking bids for a Measured Term Contract to provide a Legionella Bacteria Control, Prevention and Risk Management Service for East Renfrewshire Council Properties (Housing and Non-Housing) 2019-21 programme in compliance with the following: -Legionnaires' Disease (The Control of Legionella Bacteria in Water Systems) L8 Approved Code of Practice and Guidance on Regulations; -Legionnaires' Disease Technical Guidance Parts 1, 2 and 3; -Current E.C. Guidelines; -Workplace Regulations; -Food Safety Act; -The Health and Safety at Work Act 1974; -The Control of Substances Hazardous to Health Regulations 2002; -The Management of Health and Safety at Work Regulations 1999; -The Notification of Cooling Towers and Evaporative Condensers Regulations 1992. East Renfrewshire Council requires the Legionella Bacteria Control, Prevention and Risk Management service for approximately 128 non housing properties, 8 sheltered housing complexes, 1 homeless unit and 2939 domestic dwellings (housing properties). All the non-housing properties require a risk assessment and the subsequent monitoring service carried out to ensure statutory compliance. A percentage of the housing properties require a risk assessment and the subsequent monitoring service carried out to ensure statutory compliance the provision for this is included within the contract.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "38910000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "38341500",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 1800000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2024-01-12T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2024-01-12T12:00:00Z"
        },
        "documents": [
            {
                "id": "NOV493863",
                "documentType": "contractNotice",
                "title": "Legionella Prevention, Control and Risk Management Services 2024-26",
                "description": "East Renfrewshire council are seeking bids for a Measured Term Contract to provide a Legionella Bacteria Control, Prevention and Risk Management Service for East Renfrewshire Council Properties (Housing and Non-Housing) 2019-21 programme in compliance with the following: -Legionnaires' Disease (The Control of Legionella Bacteria in Water Systems) L8 Approved Code of Practice and Guidance on Regulations; -Legionnaires' Disease Technical Guidance Parts 1, 2 and 3; -Current E.C. Guidelines; -Workplace Regulations; -Food Safety Act; -The Health and Safety at Work Act 1974; -The Control of Substances Hazardous to Health Regulations 2002; -The Management of Health and Safety at Work Regulations 1999; -The Notification of Cooling Towers and Evaporative Condensers Regulations 1992. East Renfrewshire Council requires the Legionella Bacteria Control, Prevention and Risk Management service for approximately 128 non housing properties, 8 sheltered housing complexes, 1 homeless unit and 2939 domestic dwellings (housing properties). All the non-housing properties require a risk assessment and the subsequent monitoring service carried out to ensure statutory compliance. A percentage of the housing properties require a risk assessment and the subsequent monitoring service carried out to ensure statutory compliance the provision for this is included within the contract.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV493863",
                "format": "text/html"
            },
            {
                "id": "OCT515692",
                "documentType": "awardNotice",
                "title": "Legionella Prevention, Control and Risk Management Services 2024-26",
                "description": "East Renfrewshire council are seeking bids for a Measured Term Contract to provide a Legionella Bacteria Control, Prevention and Risk Management Service for East Renfrewshire Council Properties (Housing and Non-Housing) 2019-21 programme in compliance with the following: -Legionnaires' Disease (The Control of Legionella Bacteria in Water Systems) L8 Approved Code of Practice and Guidance on Regulations; -Legionnaires' Disease Technical Guidance Parts 1, 2 and 3; -Current E.C. Guidelines; -Workplace Regulations; -Food Safety Act; -The Health and Safety at Work Act 1974; -The Control of Substances Hazardous to Health Regulations 2002; -The Management of Health and Safety at Work Regulations 1999; -The Notification of Cooling Towers and Evaporative Condensers Regulations 1992. East Renfrewshire Council requires the Legionella Bacteria Control, Prevention and Risk Management service for approximately 128 non housing properties, 8 sheltered housing complexes, 1 homeless unit and 2939 domestic dwellings (housing properties). All the non-housing properties require a risk assessment and the subsequent monitoring service carried out to ensure statutory compliance. A percentage of the housing properties require a risk assessment and the subsequent monitoring service carried out to ensure statutory compliance the provision for this is included within the contract.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT515692",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Open Route 3 Tender (Services Contract) Utilising Public Contract Scotland Tender The form of contract for will be the SBCC Measured Term Contract for use in Scotland (2011 Edition). For the avoidance of doubt bidders should note that the value in this notice is a ceiling value and is not guaranteed or implied and will only be utilised should the winning contractor be performing effectively, have capacity when such works arise and provide a quick cost effective option for such spend.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.",
                "status": "complete",
                "value": {
                    "amount": 1800000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Methodology & Approach",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "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": "2024-01-12T12:00:00Z"
        },
        "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"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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). Requirement: Bidders must provide 2 examples of previous contracts providing a similar service as specified in the contract notice and within all tender document . Examples must be within the last 3 Years to demonstrate that they have the relevant experience to deliver the work . The examples provided must be of a similar value, size and scope and bidders should provide a summary of the scope of each contract. Bidders must also provide the name , address and contact information so the council can seek a reference Failure to provide the relevant experience as requested will result in disqualification from the tender East Renfrewshire Council required all bidders to be a member a Fully Certified member of Legionella Control Association ."
                },
                {
                    "type": "economic",
                    "description": "The Council reserves the right at its own discretion to seek such other information from the Applicant in accordance with Regulation61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to determine the Applicant's economic and financial standing. 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 works Where an economic operator wishes to be considered for selection under this contract but cannot meet the turnover or Credit Safe score 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.",
                    "minimum": "1 . Public Liability and Employers Liability 5m GBP Professional Indemnity/ Contractors all risk 2m GBP 2. To establish the financial standing of a potential Tenderer, the Council will firstly take into account a risk report provided independently by Credit Safe. Tenders are asked to provide their company number so that the council can run this report. Within such reports, the risk of business failure is expressed as a score ranging from 1 -100. In the event that a company is determined to have a risk failure rating of below 30 i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further. 3 . Minimum turnover on average of 800,0000 GBP per year for 2 calendar years"
                },
                {
                    "type": "technical",
                    "description": "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 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": "90713100",
            "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:779936)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000751974"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000751974"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "ERC000305",
            "suppliers": [
                {
                    "id": "org-528",
                    "name": "WQS WONDERSEAL Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "ERC000305",
            "awardID": "ERC000305",
            "status": "active",
            "value": {
                "amount": 1800000,
                "currency": "GBP"
            },
            "dateSigned": "2024-04-09T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2023/S 000-035335"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1261",
                "measure": "bids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "1262",
                "measure": "smeBids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "1263",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "1264",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "1265",
                "measure": "electronicBids",
                "value": 4,
                "relatedLot": "1"
            }
        ]
    }
}