Award

Mill Burn, Millport Flood Protection Scheme

NORTH AYRSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Summary of the contracting process

The North Ayrshire Council is inviting tenders for the "Mill Burn, Millport Flood Protection Scheme," a significant infrastructure project located in Millport, Great Cumbrae, Scotland. This procurement process, currently in the tender stage, aims to address flooding through the construction of a relief culvert and a new sea wall. The contract start date is anticipated to be 1st December 2025, with completion expected by 29th May 2026, followed by a 12-month defects liability period. This project falls under the industry category of General Public Services, specifically targeting works. The open procurement method is employed, with electronic submissions required by 10th September 2025.

This tender presents substantial opportunities for businesses experienced in infrastructure and flood protection projects, especially entities proficient in managing projects on an island. With an expected turnover requirement of at least £5 million annually in relevant business areas and various insurance coverages, this tender is particularly suited for established firms with prior experience in similar large-scale construction projects. The tender facilitates business growth through mandatory community benefits, including opportunities in employment, skills development, and partnerships with SMEs. Successful bidders will be expected to demonstrate rigorous quality, health, safety, and environmental management certifications.

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

Mill Burn, Millport Flood Protection Scheme

Notice Description

North Ayrshire Council ("NAC") invites tenders for the Mill Burn, Millport Flood Protection Scheme which entails the construction of a flood protection scheme on the Mill Burn, Millport. Works are to include a relief culvert to alleviate flooding. The scheme includes an online inlet flow structure in lands adjacent to Golf Road, a 900mm diameter precast concrete pipe (culvert) through agricultural lands (rough grazing), a transition chamber at West Bay Road, a box culvert crossing West Bay Road and connection to a new sea wall to be constructed along West Bay Road. The specifics of this work are outlined in drawing IBE1496-RPS-ZZ-XX-DR-C-0102 and drawing M0851-RPS-ZZ-ZZ-DR-C-1100, located at Appendix 3 within the Scope - 3.4 Drawings - 3.4.1 Civils Drawings and 3.4.2 Seawall Drawings which can be found within the Buyer Attachment Area of Public Contracts Scotland-Tender. The anticipated contract start date is 1st December 2025 until 29th May 2026. Thereafter the 12 months defects liability period will commence. The terms and conditions will be the NEC4 Engineering and Construction Contract June 2017 (with amendments October 2023) including the core clauses and the clauses for main option A, the option for resolving and avoiding disputes W2 and the secondary options X7, X11, X13, X16, X18, Y(UK)2 and Z Clauses.

Lot Information

Lot 1

NAC will use the Public Contracts Scotland-Tender ("PCS-T") e-tendering system to conduct the tender. The PCS-T system is a secure, web-based channel for buyers and tenderers to conduct tender activities in an auditable environment. This service is provided free of charge for tenderers. Tenders must be submitted using the official tender response format including completion of any online web-form questionnaires or required uploaded documents/attachments. The tender and all accompanying documents must be submitted in English.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000800363
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC545610
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products

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

45 - Construction work


CPV Codes

33141830 - Cement base

44111200 - Cement

45200000 - Works for complete or part construction and civil engineering work

45246000 - River regulation and flood control works

45246400 - Flood-prevention works

45246410 - Flood-defences maintenance works

45247212 - Dam-reinforcement works

45262360 - Cementing work

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£3,683,990 £1M-£10M

Notice Dates

Publication Date
15 Dec 20252 months ago
Submission Deadline
10 Sep 2025Expired
Future Notice Date
Not specified
Award Date
10 Dec 20252 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
NORTH AYRSHIRE COUNCIL
Contact Name
William Tomelty
Contact Email
pamelaorton@north-ayrshire.gov.uk, williamtomelty@north-ayrshire.gov.uk
Contact Phone
+44 1294324354, +44 1294324837

Buyer Location

Locality
IRVINE
Postcode
KA12 8EE
Post Town
Kilmarnock
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM9 Southern Scotland
Small Region (ITL 3)
TLM93 North Ayrshire and East Ayrshire
Delivery Location
TLM63 Lochaber, Skye and Lochalsh, Arran and Cumbrae, and Argyll and Bute

Local Authority
North Ayrshire
Electoral Ward
Irvine South
Westminster Constituency
Central Ayrshire

Supplier Information

Number of Suppliers
1
Supplier Name

MCFADDEN CIVILS

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL535864
    Mill Burn, Millport Flood Protection Scheme - North Ayrshire Council ("NAC") invites tenders for the Mill Burn, Millport Flood Protection Scheme which entails the construction of a flood protection scheme on the Mill Burn, Millport. Works are to include a relief culvert to alleviate flooding. The scheme includes an online inlet flow structure in lands adjacent to Golf Road, a 900mm diameter precast concrete pipe (culvert) through agricultural lands (rough grazing), a transition chamber at West Bay Road, a box culvert crossing West Bay Road and connection to a new sea wall to be constructed along West Bay Road. The specifics of this work are outlined in drawing IBE1496-RPS-ZZ-XX-DR-C-0102 and drawing M0851-RPS-ZZ-ZZ-DR-C-1100, located at Appendix 3 within the Scope - 3.4 Drawings - 3.4.1 Civils Drawings and 3.4.2 Seawall Drawings which can be found within the Buyer Attachment Area of Public Contracts Scotland-Tender. The anticipated contract start date is 1st December 2025 until 29th May 2026. Thereafter the 12 months defects liability period will commence. The terms and conditions will be the NEC4 Engineering and Construction Contract June 2017 (with amendments October 2023) including the core clauses and the clauses for main option A, the option for resolving and avoiding disputes W2 and the secondary options X7, X11, X13, X16, X18, Y(UK)2 and Z Clauses.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC545610
    Mill Burn, Millport Flood Protection Scheme - North Ayrshire Council ("NAC") invites tenders for the Mill Burn, Millport Flood Protection Scheme which entails the construction of a flood protection scheme on the Mill Burn, Millport. Works are to include a relief culvert to alleviate flooding. The scheme includes an online inlet flow structure in lands adjacent to Golf Road, a 900mm diameter precast concrete pipe (culvert) through agricultural lands (rough grazing), a transition chamber at West Bay Road, a box culvert crossing West Bay Road and connection to a new sea wall to be constructed along West Bay Road. The specifics of this work are outlined in drawing IBE1496-RPS-ZZ-XX-DR-C-0102 and drawing M0851-RPS-ZZ-ZZ-DR-C-1100, located at Appendix 3 within the Scope - 3.4 Drawings - 3.4.1 Civils Drawings and 3.4.2 Seawall Drawings which can be found within the Buyer Attachment Area of Public Contracts Scotland-Tender. The anticipated contract start date is 1st December 2025 until 29th May 2026. Thereafter the 12 months defects liability period will commence. The terms and conditions will be the NEC4 Engineering and Construction Contract June 2017 (with amendments October 2023) including the core clauses and the clauses for main option A, the option for resolving and avoiding disputes W2 and the secondary options X7, X11, X13, X16, X18, Y(UK)2 and Z Clauses.

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-r6ebe6-0000800363-2025-12-15T00:00:00Z",
    "date": "2025-12-15T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000800363",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-20",
            "name": "North Ayrshire Council",
            "identifier": {
                "legalName": "North Ayrshire Council"
            },
            "address": {
                "streetAddress": "Cunninghame House, Friars Croft",
                "locality": "Irvine",
                "region": "UKM93",
                "postalCode": "KA12 8EE"
            },
            "contactPoint": {
                "name": "William Tomelty",
                "email": "williamtomelty@north-ayrshire.gov.uk",
                "telephone": "+44 1294324354",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.north-ayrshire.gov.uk"
            }
        },
        {
            "id": "org-21",
            "name": "N/A",
            "identifier": {
                "legalName": "N/A"
            },
            "address": {
                "locality": "N/A"
            },
            "contactPoint": {
                "url": "https://www.scotcourts.gov.uk/"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-102",
            "name": "North Ayrshire Council",
            "identifier": {
                "legalName": "North Ayrshire Council"
            },
            "address": {
                "streetAddress": "Cunninghame House, Friars Croft",
                "locality": "Irvine",
                "region": "UKM93",
                "postalCode": "KA12 8EE"
            },
            "contactPoint": {
                "email": "pamelaorton@north-ayrshire.gov.uk",
                "telephone": "+44 1294324837",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.north-ayrshire.gov.uk"
            }
        },
        {
            "id": "org-186",
            "name": "McFadden Civils Limited",
            "identifier": {
                "legalName": "McFadden Civils Limited"
            },
            "address": {
                "streetAddress": "255 killyclogher Road, Mountfield",
                "locality": "Omagh",
                "region": "UKN0G",
                "postalCode": "BT79 7PW"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-187",
            "name": "N/A",
            "identifier": {
                "legalName": "N/A"
            },
            "address": {
                "locality": "N/A"
            },
            "contactPoint": {
                "url": "https://www.scotcourts.gov.uk/"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "North Ayrshire Council",
        "id": "org-102"
    },
    "tender": {
        "id": "NAC/5204",
        "title": "Mill Burn, Millport Flood Protection Scheme",
        "description": "North Ayrshire Council (\"NAC\") invites tenders for the Mill Burn, Millport Flood Protection Scheme which entails the construction of a flood protection scheme on the Mill Burn, Millport. Works are to include a relief culvert to alleviate flooding. The scheme includes an online inlet flow structure in lands adjacent to Golf Road, a 900mm diameter precast concrete pipe (culvert) through agricultural lands (rough grazing), a transition chamber at West Bay Road, a box culvert crossing West Bay Road and connection to a new sea wall to be constructed along West Bay Road. The specifics of this work are outlined in drawing IBE1496-RPS-ZZ-XX-DR-C-0102 and drawing M0851-RPS-ZZ-ZZ-DR-C-1100, located at Appendix 3 within the Scope - 3.4 Drawings - 3.4.1 Civils Drawings and 3.4.2 Seawall Drawings which can be found within the Buyer Attachment Area of Public Contracts Scotland-Tender. The anticipated contract start date is 1st December 2025 until 29th May 2026. Thereafter the 12 months defects liability period will commence. The terms and conditions will be the NEC4 Engineering and Construction Contract June 2017 (with amendments October 2023) including the core clauses and the clauses for main option A, the option for resolving and avoiding disputes W2 and the secondary options X7, X11, X13, X16, X18, Y(UK)2 and Z Clauses.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45246410",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45246400",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45246000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45200000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "33141830",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44111200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45247212",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45262360",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Millport, Great Cumbrae, Scotland"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM63"
                    },
                    {
                        "region": "UKM63"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html",
        "tenderPeriod": {
            "endDate": "2025-09-10T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2025-09-10T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUL535864",
                "documentType": "contractNotice",
                "title": "Mill Burn, Millport Flood Protection Scheme",
                "description": "North Ayrshire Council (\"NAC\") invites tenders for the Mill Burn, Millport Flood Protection Scheme which entails the construction of a flood protection scheme on the Mill Burn, Millport. Works are to include a relief culvert to alleviate flooding. The scheme includes an online inlet flow structure in lands adjacent to Golf Road, a 900mm diameter precast concrete pipe (culvert) through agricultural lands (rough grazing), a transition chamber at West Bay Road, a box culvert crossing West Bay Road and connection to a new sea wall to be constructed along West Bay Road. The specifics of this work are outlined in drawing IBE1496-RPS-ZZ-XX-DR-C-0102 and drawing M0851-RPS-ZZ-ZZ-DR-C-1100, located at Appendix 3 within the Scope - 3.4 Drawings - 3.4.1 Civils Drawings and 3.4.2 Seawall Drawings which can be found within the Buyer Attachment Area of Public Contracts Scotland-Tender. The anticipated contract start date is 1st December 2025 until 29th May 2026. Thereafter the 12 months defects liability period will commence. The terms and conditions will be the NEC4 Engineering and Construction Contract June 2017 (with amendments October 2023) including the core clauses and the clauses for main option A, the option for resolving and avoiding disputes W2 and the secondary options X7, X11, X13, X16, X18, Y(UK)2 and Z Clauses.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL535864",
                "format": "text/html"
            },
            {
                "id": "DEC545610",
                "documentType": "awardNotice",
                "title": "Mill Burn, Millport Flood Protection Scheme",
                "description": "North Ayrshire Council (\"NAC\") invites tenders for the Mill Burn, Millport Flood Protection Scheme which entails the construction of a flood protection scheme on the Mill Burn, Millport. Works are to include a relief culvert to alleviate flooding. The scheme includes an online inlet flow structure in lands adjacent to Golf Road, a 900mm diameter precast concrete pipe (culvert) through agricultural lands (rough grazing), a transition chamber at West Bay Road, a box culvert crossing West Bay Road and connection to a new sea wall to be constructed along West Bay Road. The specifics of this work are outlined in drawing IBE1496-RPS-ZZ-XX-DR-C-0102 and drawing M0851-RPS-ZZ-ZZ-DR-C-1100, located at Appendix 3 within the Scope - 3.4 Drawings - 3.4.1 Civils Drawings and 3.4.2 Seawall Drawings which can be found within the Buyer Attachment Area of Public Contracts Scotland-Tender. The anticipated contract start date is 1st December 2025 until 29th May 2026. Thereafter the 12 months defects liability period will commence. The terms and conditions will be the NEC4 Engineering and Construction Contract June 2017 (with amendments October 2023) including the core clauses and the clauses for main option A, the option for resolving and avoiding disputes W2 and the secondary options X7, X11, X13, X16, X18, Y(UK)2 and Z Clauses.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC545610",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "NAC will use the Public Contracts Scotland-Tender (\"PCS-T\") e-tendering system to conduct the tender. The PCS-T system is a secure, web-based channel for buyers and tenderers to conduct tender activities in an auditable environment. This service is provided free of charge for tenderers. Tenders must be submitted using the official tender response format including completion of any online web-form questionnaires or required uploaded documents/attachments. The tender and all accompanying documents must be submitted in English.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 180
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2025-09-10T12:00:00Z"
        },
        "contractTerms": {
            "performanceTerms": "Project Update Meetings - monthly meetings to monitor progress of the contract. Progress Reports - monthly reports to record works undertaken to date and any issues encountered. Quality Control - ISO 9001 and Site Supervisor will be on site regularly to monitor progress, workmanship and material quality. Contract Administration - CEMAR Software - which is a shared space to deal with compensation events, claims, drawings, applications for payments etc. Project Manager - NAC/NEC Project Manager will manage the day to day operations of the projects. Delivery of mandatory Community Benefits."
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established."
                },
                {
                    "type": "economic",
                    "description": "Bidders will be required to have a minimum yearly \"specific\" turnover of 5,000,0000 GBP for the last 3 years in the business area covered by the contract. Bidders who cannot meet the required level of turnover will be excluded from this tender. Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading. 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 Liability Insurance = 10,000,000 GBP in respect of any one event - Public Liability Insurance 10,000,000 GBP in respect of any one event - Contractors All Risk Insurance 2,000,000 GBP in the aggregate - Non-Negligence Insurance 2,000,000 GBP in the aggregate - Third-Party Motor Vehicle Insurance whereby a valid motor vehicle certificate must be held in the company name or (where there is no fleet but rather the company permits its employees to use their personal vehicles for business purposes), a letter signed by a person of appropriate authority - confirming that the company has ongoing arrangements in place to ensure their employees' vehicles are appropriately insured and maintained. Bidders attention is drawn to the Contract Data: Parts 1 & 2 Engineering and Construction Contract, X18: Limitation of liability for details on the liability caps included."
                },
                {
                    "type": "technical",
                    "description": "Bidders will be required to provide 2 examples of works carried out in the past 5 years that demonstrates they have the relevant experience to deliver the works described in the Contract Notice. The works must be of a similar value, size and scope and must demonstrate previous experience of the logistics of island working and compliance with environmental and ecological licence and be no less than 1,000,000 GPB each. Unsatisfactory experience will result in exclusion from the tender process. Bidders must also provide 2 satisfactory references for the same 2 contracts on the reference templates provided. References should be completed and signed by previous customers. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process. Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope. Bidders are required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. 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. 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. Bidders are required to demonstrate knowledge of the climate emergency and the impact of their organisation, including their organisation's own scope 1 and 2 emissions. Accepted evidence includes but is not limited to: - a completed copy of the Bidder 'priority contract' Climate Change Plan Template, including the bidder's calculated scope 1 and 2 carbon emissions and their planned projects and actions to reduce their carbon emissions. Bidders are required to demonstrate they have (or have access to) the relevant tools, plant or technical equipment to deliver the requirements detailed in the Contract Notice. 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 2D.1.2 of the qualification envelope."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "45246400",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "Lots are not being used for this tender for the reasons stated below: - The nature of the contract is not suitable for lots. - Delivery of the contract is location specific. - Would requires additional contract management resource which is not available. Quality Management Procedures - The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or a documented policy regarding quality management, see attachment at SPD question 4D.1. Health and Safety Procedures - The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum or the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at SPD question ED.1. Environmental Management Procedures - 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 the bidder must have a regularly reviewed documented policy regarding environmental management, see attachment at SPD question 4D.2. Bidders 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. (SC Ref:818211)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000800363"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000800363"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "NAC/5204",
            "suppliers": [
                {
                    "id": "org-186",
                    "name": "McFadden Civils Limited"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "NAC/5204",
            "awardID": "NAC/5204",
            "status": "active",
            "value": {
                "amount": 3683990,
                "currency": "GBP"
            },
            "dateSigned": "2025-12-10T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "428",
                "measure": "bids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "429",
                "measure": "smeBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "430",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "431",
                "measure": "foreignBidsFromNonEU",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "432",
                "measure": "electronicBids",
                "value": 2,
                "relatedLot": "1"
            }
        ]
    }
}