Notice Information
Notice Title
PS/25/28 Road Coring and Materials Testing Framework Agreement
Notice Description
Ayrshire Roads Alliance (East Ayrshire Council and South Ayrshire Council) is required to deliver a programme of works, including carriageway surfacing, footway surfacing and structural maintenance. Material testing prior to and during the works is required to identify issues during the design stage and ensure the quality of the finished product.
Lot Information
Lot 1 - Coring and Testing to determine Coal Tar Content (Two Stage)
This Lot will cover the sampling and testing of bituminous road pavement materials (generally by extracted road pavement core) to determine if coal tar is present within the layers of the road pavement. The procedure will include for an initial test (generally using the PAK marker paint method) to determine the presence of coal tar and, if coal tar is indicated, laboratory analysis to determine and confirm if coal tar is present and, if so, the amount of coal tar present (Stage 2).
Options: The Framework is divided into lots. The Works identified within each lot are intended to provide a guide as to the type of work which may be instructed under each lot, not to limit the work identified.
Renewal: The Framework Agreement duration is 2 years with the option to extend annually for a further 2 years.
Lot 2 - Lot 2a - Sampling and Testing of Construction Materials and Lot 2b - Sampling and Testing of Bituminous MaterialsThis Lot will primarily encompass the sampling, testing and analysis of a variety of road construction materials including, but not limited to, the following: Unbound stone/aggregate materials; Cementitious materials bituminous pavement materials including surface dressing; bituminous pavement characteristics (e.g. skid resistance, texture depth, surface regularity and strength)
Options: The Framework is divided into lots. The Works identified within each lot are intended to provide a guide as to the type of work which may be instructed under each lot, not to limit the work identified.
Renewal: The Framework duration is 2 years with the option to extend annually for a further 2 years.
Lot 3 - Testing of Thermoplastic Road MarkingsThis Lot is for the testing of thermoplastic road markings for Retroflection, Colour, Skid Resistance and Reflection.
Options: The Framework is divided into lots. The Works identified within each lot are intended to provide a guide as to the type of work which may be instructed under each lot, not to limit the work identified.
Renewal: The Framework duration is 2 years with the option to extend annually for a further 2 years (2+1+1).
Lot 4 - Testing of Soil & Ground ConditionsThis Lot will encompass a range of site investigation services that will include, but not be limited to: Trial pits to determine ground conditions, material layers, and for material sampling in both superficial deposits/soils and in bituminous pavements. Extraction of soil samples using hand auger techniques. Ground Penetrating Radar survey to identify changes in ground conditions and voids.
Options: The Framework is divided into lots. The Works identified within each lot are intended to provide a guide as to the type of work which may be instructed under each lot, not to limit the work identified.
Renewal: The Framework duration is 2 years with the option to extend annually for a further 2 years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000806175
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC544686
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
50 - Repair and maintenance services
71 - Architectural, construction, engineering and inspection services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
34922100 - Road markings
34929000 - Highway materials
44100000 - Construction materials and associated items
44110000 - Construction materials
44113000 - Road-construction materials
44113800 - Road-surfacing materials
44113900 - Road-maintenance materials
44811000 - Road paint
45111250 - Ground investigation work
45120000 - Test drilling and boring work
45121000 - Test drilling work
45233120 - Road construction works
45233141 - Road-maintenance works
50230000 - Repair, maintenance and associated services related to roads and other equipment
71631480 - Road-inspection services
71900000 - Laboratory services
90522000 - Services relating to contaminated soil
90732000 - Services related to soil pollution
90732400 - Soil pollution advisory services
90732600 - Soil pollution measurement or monitoring
Notice Value(s)
- Tender Value
- £1,950,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £1,950,000 £1M-£10M
Notice Dates
- Publication Date
- 2 Dec 20252 months ago
- Submission Deadline
- 22 Aug 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 31 Oct 20253 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Active, Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- EAST AYRSHIRE COUNCIL
- Contact Name
- Lisa Sneddon, Zoe Wilson
- Contact Email
- lisa.sneddon@east-ayrshire.gov.uk, zoe.wilson@east-ayrshire.gov.uk
- Contact Phone
- +44 1563576000
Buyer Location
- Locality
- KILMARNOCK
- Postcode
- KA3 7BU
- 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
- TLM93 North Ayrshire and East Ayrshire
-
- Local Authority
- East Ayrshire
- Electoral Ward
- Kilmarnock East and Hurlford
- Westminster Constituency
- Kilmarnock and Loudoun
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG536098
PS/25/28 Road Coring and Materials Testing Framework Agreement - Ayrshire Roads Alliance (East Ayrshire Council and South Ayrshire Council) is required to deliver a programme of works, including carriageway surfacing, footway surfacing and structural maintenance. Material testing prior to and during the works is required to identify issues during the design stage and ensure the quality of the finished product. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC544686
PS/25/28 Road Coring and Materials Testing Framework Agreement - Ayrshire Roads Alliance (East Ayrshire Council and South Ayrshire Council) is required to deliver a programme of works, including carriageway surfacing, footway surfacing and structural maintenance. Material testing prior to and during the works is required to identify issues during the design stage and ensure the quality of the finished product.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-r6ebe6-0000806175-2025-12-02T00:00:00Z",
"date": "2025-12-02T00:00:00Z",
"ocid": "ocds-r6ebe6-0000806175",
"initiationType": "tender",
"parties": [
{
"id": "org-32",
"name": "East Ayrshire Council",
"identifier": {
"legalName": "East Ayrshire Council"
},
"address": {
"streetAddress": "Headquarters, London Road",
"locality": "Kilmarnock",
"region": "UKM93",
"postalCode": "KA3 7BU"
},
"contactPoint": {
"name": "Zoe Wilson",
"email": "zoe.wilson@east-ayrshire.gov.uk",
"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.east-ayrshire.gov.uk"
}
},
{
"id": "org-33",
"name": "Kilmarnock Sheriff Court",
"identifier": {
"legalName": "Kilmarnock Sheriff Court"
},
"address": {
"streetAddress": "St Marnock Street",
"locality": "Kilmarnock"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-104",
"name": "East Ayrshire Council",
"identifier": {
"legalName": "East Ayrshire Council"
},
"address": {
"streetAddress": "Corporate Procurement Team, London Road HQ",
"locality": "Kilmarnock",
"region": "UKM93",
"postalCode": "KA3 7BU"
},
"contactPoint": {
"name": "Lisa Sneddon",
"email": "Lisa.sneddon@east-ayrshire.gov.uk",
"telephone": "+44 1563576000",
"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.east-ayrshire.gov.uk"
}
},
{
"id": "org-105",
"name": "National Testing Services Limited",
"identifier": {
"legalName": "National Testing Services Limited"
},
"address": {
"streetAddress": "Malpas Station, Hampton",
"locality": "Malpas",
"region": "UK",
"postalCode": "SY14 8LU"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-106",
"name": "Stanger Testing Services Ltd",
"identifier": {
"legalName": "Stanger Testing Services Ltd"
},
"address": {
"streetAddress": "Bogleshole Road, Cambuslang",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G72 7DD"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-84",
"name": "Kilmarnock Sheriff Court",
"identifier": {
"legalName": "Kilmarnock Sheriff Court"
},
"address": {
"locality": "Kilmarnock"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "East Ayrshire Council",
"id": "org-104"
},
"tender": {
"id": "PS/25/28",
"title": "PS/25/28 Road Coring and Materials Testing Framework Agreement",
"description": "Ayrshire Roads Alliance (East Ayrshire Council and South Ayrshire Council) is required to deliver a programme of works, including carriageway surfacing, footway surfacing and structural maintenance. Material testing prior to and during the works is required to identify issues during the design stage and ensure the quality of the finished product.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45120000",
"scheme": "CPV"
},
{
"id": "50230000",
"scheme": "CPV"
},
{
"id": "45233120",
"scheme": "CPV"
},
{
"id": "45233141",
"scheme": "CPV"
},
{
"id": "71631480",
"scheme": "CPV"
},
{
"id": "71900000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "East Ayrshire and South Ayrshire"
},
"deliveryAddresses": [
{
"region": "UKM93"
},
{
"region": "UKM93"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "44100000",
"scheme": "CPV"
},
{
"id": "44110000",
"scheme": "CPV"
},
{
"id": "44113000",
"scheme": "CPV"
},
{
"id": "71900000",
"scheme": "CPV"
},
{
"id": "45120000",
"scheme": "CPV"
},
{
"id": "45121000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "East Ayrshire Council and South Ayrshire Council"
},
"deliveryAddresses": [
{
"region": "UKM93"
},
{
"region": "UKM93"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "34922100",
"scheme": "CPV"
},
{
"id": "71900000",
"scheme": "CPV"
},
{
"id": "44113000",
"scheme": "CPV"
},
{
"id": "44113800",
"scheme": "CPV"
},
{
"id": "44113900",
"scheme": "CPV"
},
{
"id": "44811000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "East Ayrshire and South Ayrshire"
},
"deliveryAddresses": [
{
"region": "UKM93"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"id": "45120000",
"scheme": "CPV"
},
{
"id": "45121000",
"scheme": "CPV"
},
{
"id": "71900000",
"scheme": "CPV"
},
{
"id": "90522000",
"scheme": "CPV"
},
{
"id": "90732000",
"scheme": "CPV"
},
{
"id": "90732400",
"scheme": "CPV"
},
{
"id": "90732600",
"scheme": "CPV"
},
{
"id": "45111250",
"scheme": "CPV"
},
{
"id": "34929000",
"scheme": "CPV"
},
{
"id": "44110000",
"scheme": "CPV"
},
{
"id": "44113000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "East Ayrshire and South Ayrshire"
},
"deliveryAddresses": [
{
"region": "UKM93"
},
{
"region": "UKM93"
}
],
"relatedLot": "4"
}
],
"value": {
"amount": 1950000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2025-08-22T12:00:00Z"
},
"awardPeriod": {
"startDate": "2025-08-22T12:00:00Z"
},
"documents": [
{
"id": "AUG536098",
"documentType": "contractNotice",
"title": "PS/25/28 Road Coring and Materials Testing Framework Agreement",
"description": "Ayrshire Roads Alliance (East Ayrshire Council and South Ayrshire Council) is required to deliver a programme of works, including carriageway surfacing, footway surfacing and structural maintenance. Material testing prior to and during the works is required to identify issues during the design stage and ensure the quality of the finished product.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG536098",
"format": "text/html"
},
{
"id": "DEC544686",
"documentType": "awardNotice",
"title": "PS/25/28 Road Coring and Materials Testing Framework Agreement",
"description": "Ayrshire Roads Alliance (East Ayrshire Council and South Ayrshire Council) is required to deliver a programme of works, including carriageway surfacing, footway surfacing and structural maintenance. Material testing prior to and during the works is required to identify issues during the design stage and ensure the quality of the finished product.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC544686",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Lot 1 - Coring and Testing to determine Coal Tar Content (Two Stage)",
"description": "This Lot will cover the sampling and testing of bituminous road pavement materials (generally by extracted road pavement core) to determine if coal tar is present within the layers of the road pavement. The procedure will include for an initial test (generally using the PAK marker paint method) to determine the presence of coal tar and, if coal tar is indicated, laboratory analysis to determine and confirm if coal tar is present and, if so, the amount of coal tar present (Stage 2).",
"status": "complete",
"options": {
"description": "The Framework is divided into lots. The Works identified within each lot are intended to provide a guide as to the type of work which may be instructed under each lot, not to limit the work identified."
},
"hasOptions": true,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The Framework Agreement duration is 2 years with the option to extend annually for a further 2 years."
}
},
{
"id": "2",
"title": "Lot 2 - Lot 2a - Sampling and Testing of Construction Materials and Lot 2b - Sampling and Testing of Bituminous Materials",
"description": "This Lot will primarily encompass the sampling, testing and analysis of a variety of road construction materials including, but not limited to, the following: Unbound stone/aggregate materials; Cementitious materials bituminous pavement materials including surface dressing; bituminous pavement characteristics (e.g. skid resistance, texture depth, surface regularity and strength)",
"status": "complete",
"options": {
"description": "The Framework is divided into lots. The Works identified within each lot are intended to provide a guide as to the type of work which may be instructed under each lot, not to limit the work identified."
},
"hasOptions": true,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The Framework duration is 2 years with the option to extend annually for a further 2 years."
}
},
{
"id": "3",
"title": "Lot 3 - Testing of Thermoplastic Road Markings",
"description": "This Lot is for the testing of thermoplastic road markings for Retroflection, Colour, Skid Resistance and Reflection.",
"status": "active",
"options": {
"description": "The Framework is divided into lots. The Works identified within each lot are intended to provide a guide as to the type of work which may be instructed under each lot, not to limit the work identified."
},
"hasOptions": true,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The Framework duration is 2 years with the option to extend annually for a further 2 years (2+1+1)."
}
},
{
"id": "4",
"title": "Lot 4 - Testing of Soil & Ground Conditions",
"description": "This Lot will encompass a range of site investigation services that will include, but not be limited to: Trial pits to determine ground conditions, material layers, and for material sampling in both superficial deposits/soils and in bituminous pavements. Extraction of soil samples using hand auger techniques. Ground Penetrating Radar survey to identify changes in ground conditions and voids.",
"status": "complete",
"options": {
"description": "The Framework is divided into lots. The Works identified within each lot are intended to provide a guide as to the type of work which may be instructed under each lot, not to limit the work identified."
},
"hasOptions": true,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The Framework duration is 2 years with the option to extend annually for a further 2 years."
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 4
},
"bidOpening": {
"date": "2025-08-22T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Please see Appendix E Performance Appraisal in the Framework Agreement Contract Document."
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS ISO 9001 (or equivalent). Environmental Management Standards 1. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, OR 2. A Environmental management policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract. The Environmental manual must include documented procedures for; -ensuring that the bidder's environmental management procedures are effective in reducing / preventing significant impacts on the environment; -providing employees with training and information on environmental issues, including evidence that the bidder has in place and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties; -checking, reviewing and where necessary improving the bidder's environmental management performance and the environmental impact of this organisation, demonstrating that it has in place and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties; -checking, reviewing and where necessary improving the bidder's environmental management performance and the environmental impact of this organisation, demonstrating that it has a system for monitoring environmental management procedures on an on-going basis and for updating them at periodic intervals; -dealing with waste (e.g. waste management plans, waste segregation, recycling etc.); -ensuring that any suppliers the bidder engages apply environmental protection measures that are appropriate to the work for which they are being engaged, including procedures for monitoring supplier's environmental management arrangements and ensuring that environmental performance appropriate for the work to be undertaken is delivered throughout the whole of the bidder's supply chain."
},
{
"type": "economic",
"description": "Bidders will be required to have a minimum \"general\" yearly turnover of 250,000 GBP for the last 3 years. Please provide a copy of your annual accounts for the previous 3 years showing the required turnover level is met. The Council may commission an independent third party Risk Report from Credit Safe using the Company Registration number supplied by the Tenderer. Risk or Credit reports from other agencies will not be considered. It is the Tenderers responsibility to ensure that all information held by Credit Safe is current and accurate when submitting their Tender. The Council will not enter into discussions with Tenderers who fail to ensure that their Credit Safe scores are accurate by the due submission date. Where a Risk Report is commissioned, any Tenderer who does not meet the minimum threshold of a Credit Score of 30 out of 100 will have their submission regarded as a \"Fail\" and will not be considered further. Where a Tenderer receives a Credit Score of between 30-50 out of 100, the Council reserves the right to request further financial information to determine the risk to the Council. In the event that such additional measures are requested, the Council shall, in its sole discretion, determine the terms of those measures that it deems as acceptable. If Tenderers cannot provide measures to the satisfaction of the Council then their submission may be rejected.",
"minimum": "It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 10million GBP http://www.hse.gov.uk/pubns/hse40.pdf Public/Products Liability Insurance = 5million GBP Contract Works Insurance - The value of the Work Order plus 50 percent Loss or damage to plant, equipment and materials for incorporation therein - Value to be determined by the Contractor. Liability for Non-negligent damage due to piling, Vibration, Removal or Weakening of support, Raising or lowering of Ground water - Additional Joint names protection arranged by the Contractor in the Joint Names of the Contractor and the Client. Professional Indemnity Insurance - 2million GBP Motor Vehicle Insurance - Level to be determined by the Contractor Bidders are required to successfully complete the Insurance Questionnaire"
},
{
"type": "technical",
"description": "Please see the SPD Question 4C.6 attached document for full details of the qualifications required: 1. Tenderers are required to provide copies of their staff (or that of the sub-contractor) Street Works Qualification Register (SWQR) Operative and Supervisor Registration cards. 2. The Contractor's laboratory is required to be UKAS accredited for testing services as per the Framework Agreement Contract Document. All certification should be provided with the tender response.",
"minimum": "Bidders will be required to provide 2 example of Works (per Lot) carried out in the past five years that demonstrate that they have the relevant experience to deliver the Works as described in part II.2.4 of this Contract Notice. The Works should be of a similar value, size and scope. Bidders must provide contact details of referees for the experience example. Referees may be contacted to discuss the contract and the performance of the Contractor. Any Contractor which fails to have performed satisfactorily in the experience example may be excluded from the tender process."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2025-12-19T00:00:00Z"
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 4
}
},
"classification": {
"id": "45120000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "There shall be no guarantee to the level of spend over the term of this Framework Agreement. No work is guaranteed to any individual Contractor under the Framework Agreement. There shall be one Contractor appointed per Lot. Contractors may bid for one Lot, multiple Lots or all Lots however part bids for individual Lots shall not be considered. East Ayrshire Council shall lead the tendering process on behalf of South Ayrshire Council Roads. Lot 3 - Testing of Thermoplastic Road Markings was not awarded due to no compliant bids being received. (SC Ref:815346)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000806175"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000806175"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "PS/25/28-1",
"title": "Lot 1 - Coring and Testing to determine Coal Tar Content (Two Stage)",
"suppliers": [
{
"id": "org-105",
"name": "National Testing Services Limited"
}
],
"relatedLots": [
"1"
]
},
{
"id": "PS/25/28-2",
"title": "Lot 2 - Lot 2a - Sampling and Testing of Construction Materials and Lot 2b - Sampling and Testing of Bituminous Materials",
"suppliers": [
{
"id": "org-106",
"name": "Stanger Testing Services Ltd"
}
],
"relatedLots": [
"2"
]
},
{
"id": "PS/25/28-3",
"title": "Lot 4 - Testing of Soil & Ground Conditions",
"suppliers": [
{
"id": "org-106",
"name": "Stanger Testing Services Ltd"
}
],
"relatedLots": [
"4"
]
}
],
"contracts": [
{
"id": "PS/25/28-1",
"awardID": "PS/25/28-1",
"title": "Lot 1 - Coring and Testing to determine Coal Tar Content (Two Stage)",
"status": "active",
"value": {
"amount": 1000000,
"currency": "GBP"
},
"dateSigned": "2025-10-31T00:00:00Z"
},
{
"id": "PS/25/28-2",
"awardID": "PS/25/28-2",
"title": "Lot 2 - Lot 2a - Sampling and Testing of Construction Materials and Lot 2b - Sampling and Testing of Bituminous Materials",
"status": "active",
"value": {
"amount": 500000,
"currency": "GBP"
},
"dateSigned": "2025-10-31T00:00:00Z"
},
{
"id": "PS/25/28-3",
"awardID": "PS/25/28-3",
"title": "Lot 4 - Testing of Soil & Ground Conditions",
"status": "active",
"value": {
"amount": 450000,
"currency": "GBP"
},
"dateSigned": "2025-10-31T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "247",
"measure": "bids",
"value": 5,
"relatedLot": "1"
},
{
"id": "248",
"measure": "smeBids",
"value": 5,
"relatedLot": "1"
},
{
"id": "249",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "250",
"measure": "foreignBidsFromNonEU",
"value": 5,
"relatedLot": "1"
},
{
"id": "251",
"measure": "electronicBids",
"value": 5,
"relatedLot": "1"
},
{
"id": "252",
"measure": "bids",
"value": 3,
"relatedLot": "2"
},
{
"id": "253",
"measure": "smeBids",
"value": 3,
"relatedLot": "2"
},
{
"id": "254",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "2"
},
{
"id": "255",
"measure": "foreignBidsFromNonEU",
"value": 3,
"relatedLot": "2"
},
{
"id": "256",
"measure": "electronicBids",
"value": 3,
"relatedLot": "2"
},
{
"id": "257",
"measure": "bids",
"value": 2,
"relatedLot": "4"
},
{
"id": "258",
"measure": "smeBids",
"value": 2,
"relatedLot": "4"
},
{
"id": "259",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "4"
},
{
"id": "260",
"measure": "foreignBidsFromNonEU",
"value": 2,
"relatedLot": "4"
},
{
"id": "261",
"measure": "electronicBids",
"value": 2,
"relatedLot": "4"
}
]
}
}