Tender

Subcontractors and Specialist Contractors for Building Services

WEST DUNBARTONSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Tender

24 Mar 2026 at 00:00

Planning

20 Jan 2026 at 00:00

Summary of the contracting process

West Dunbartonshire Council is seeking qualified subcontractors and specialist contractors for building services through an open procurement process to enhance maintenance, routine servicing, and address emergency repairs across its properties. Located within the UKM81 region, this tender is active and involves services including void property works and a responsive 24-hour emergency service. Prospective bidders have until 29 April 2026 at 12:00 PM to submit their applications electronically through Public Contracts Scotland, where detailed procurement conditions and technical specifications are provided. The framework, consisting of 10 lots, will rank contractors based on performance, moving to the next qualified bidder if the top-ranked contractor cannot fulfill the service obligations.

This tender presents significant business growth opportunities for companies specialising in multi-trade environments, ranging from groundworks and landscaping to electrical systems and asbestos removal. Businesses that have robust insurance policies and can demonstrate relevant accreditations, qualifications, and experience will stand a competitive chance. The framework agreement allows bidders to apply for multiple lots, and successful contractors will benefit from long-term engagement with options to extend contracts by up to 24 months at the council’s discretion. This tender is ideal for companies with strong credentials in service delivery within local authorities and public service buildings, fostering partnerships that support continuous property management and development in the Dumbarton area.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Subcontractors and Specialist Contractors for Building Services

Notice Description

The provision is to give West Dunbartonshire Council a route to identify qualified multi-trade contractors and trade groups to deliver maintenance, routine servicing and emergency repairs to West Dunbartonshire Council buildings, including works to void properties in a multi-trade environment and a 24 hour 356 days emergency response service to be carried out in compliance with the contract conditions. Contractors will be required to provide details on how their organisation in terms of skill, qualifications and competence that fit and meet with the specification the skills. They will need to demonstrate they have a Waste Management plan, Contractors will also be required to provide evidence of insurance policies, where required to provide evidence of security Industry Authority Approved Contractor's Scheme (SIA). The framework will consist of 10 lots. Bidders can submit and be appointed for more than one lot within the framework. The framework will operate on a ranked basis. If the top-ranked Measured Term Contractor is unable to undertake a call-off due to capacity or capability, the opportunity will be offered to the next-ranked provider. This process will continue down the list until a contractor can provide the service. The successful contractors shall be expected to form part of a team, be adaptable, conscientious and be able to carry out instruction with the minimum supervision to allow efficient completion of the work order.

Lot Information

Groundworks and Landscaping

The scope of works and service requirements for the provision of groundworks and landscaping services across council owned land, including parks, open spaces, highways, housing estates, operational buildings, and other public assets including but not limited to, site preparation and excavation, drainage, hard landscaping, soil, turf and surfacing, soft landscaping to ground maintenance. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender

Renewal: The contract will be open to 2 x 12 month extensions at the councils discretion.

Asbestos Removal

The scope of services required are, to carry out UKAS accredited Asbestos works on projects that require Asbestos removals, encapsulation, or disposal. Contractors are also required to undertake Licensed and Non Licensed Work in addition to Notifiable Non Licenced Asbestos work in relation to all aspects and areas of the fabric of council Homes (including all blocks and common areas) including all services, utilities and apparatus contained within whether operational or redundant. To maintain service levels, at times, Asbestos works and follow on information is required in a timely manner to prevent delays to work. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.

Renewal: The contract will be open to 2 x 12 month extensions at the councils discretion

Flooring

The scope of services and works, the contractor shall deliver comprehensive flooring works across various West Dunbartonshire Council buildings and facilities, working effectively within a multi trade environment. The scope of works includes, but is not limited to, removing, renewing, replacing, repairing and maintenance of surface finishes (Generally carpet and linoleum) in various West Dunbartonshire Council Building in a multi trade environment. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender

Renewal: The contract will be open to 2 x 12 month extensions at the councils discretion

Fencing and Metal Fabrications

The scope of services required including but not limited to, installation, repair, and maintenance services for fencing, metalwork, and security features across all council properties and land. This includes supplying and installing various types of fencing and gates, carrying out repairs to damaged sections, and ensuring security and boundary structures remain safe and functional. The Contractor will also provide custom metal fabrication, including handrails, barriers, brackets, and other bespoke metal components, along with metal painting, protective coatings, and general refurbishment of existing metalwork. Additional services include installing and maintaining secure metal doors, and roller shutters, supporting daily operations and responsive works. All services must be delivered safely, in compliance with regulations, and coordinated within a multi trade working environment. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.

Renewal: The contract will be open to 2 x 12 month extensions at the councils discretion

Scaffolding

The scope of services includes but are not limited to, the Contractor shall provide all labour, plant, materials, and equipment necessary for the supply, installation, modification, inspection, and dismantling of scaffolding, temporary security fencing, and other access systems required to ensure safe access for works across council properties and sites. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.

Renewal: The contract will be open to 2 x 12 month extensions at the councils discretion

Electrical Specialist including Entry Systems

The Contractor will deliver specialist electrical installation, repair, and maintenance services across all West Dunbartonshire Council owned or operated buildings, including tenanted homes. This includes installing, upgrading, and maintaining electrical systems, lighting, power, consumer units, and associated components in line with all relevant regulations. The Contractor is also responsible for the installation, servicing, testing, and repair of alarm systems, including door entry systems, and emergency lighting, ensuring compliance with recognised standards. Services also include planned and reactive maintenance. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.

Renewal: The contract will be open to 2 x 12 month extensions at the councils discretion

Laundry Equipment

The Contractor scope of services will include but not be limited to, install, service, maintain, and repair laundry equipment across council buildings. This includes washing machines, dryers, presses, and any other equipment used for laundering clothing, bedding, uniforms, and materials such as tablecloths. Services cover delivery and installation, connection to utilities, routine servicing, planned maintenance, fault diagnosis, and reactive repairs. The contractor is responsible for ensuring equipment operates safely and efficiently, providing all necessary documentation, using qualified engineers, and coordinating with other trades where required. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.

Renewal: The contract will be open to 2 x 12 month extensions at the councils discretion

UPVC Windows and Doors

The scope of works and services will include but not limited to, the contractor shall provide the supply, installation of new UPVC units with appropriate glazing, seals, locking systems, and ventilation features, replacement units, and associated works for UPVC windows and doors across council owned and operated buildings, including residential properties, public facilities, and operational sites. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.

Renewal: The contract will be open to 2 x 12 month extensions at the councils discretion

Small Jobs

The services required are a range of local and specialist trade groups repair, maintenance, and minor works services across all council owned and operated buildings, facilities, and housing stock. These works are typically ad hoc small scale, responsive, or planned tasks requiring flexible trades support to maintain safe, functional, and well maintained properties. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.

Renewal: The contract will be open to 2 x 12 month extensions at the councils discretion

Void Property and Refurbishment

The services required of the contractor shall be to provide back-up support to our voids housing team when demand exceeds internal delivery capacity. All labour, materials, plant, and equipment required to deliver void property works for both internal refurbishments across council owned housing stock and associated assets. The aim is to ensure properties are made safe, compliant, habitable, and ready for re let within required timescales. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.

Renewal: The contract will be open to 2 x 12 month extensions at the councils discretion

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000820456
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR552316
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

35 - Security, fire-fighting, police and defence equipment

42 - Industrial machinery

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

45 - Construction work

50 - Repair and maintenance services

51 - Installation services (except software)

71 - Architectural, construction, engineering and inspection services

77 - Agricultural, forestry, horticultural, aquacultural and apicultural services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

35121700 - Alarm systems

42716000 - Laundry washing, dry-cleaning and drying machines

44112200 - Floor coverings

44212310 - Scaffolding

44212315 - Equipment for scaffolding

44212317 - Scaffolding structures

44221000 - Windows, doors and related items

45112712 - Landscaping work for gardens

45210000 - Building construction work

45213100 - Construction work for commercial buildings

45223100 - Assembly of metal structures

45223110 - Installation of metal structures

45233160 - Paths and other metalled surfaces

45261210 - Roof-covering work

45261211 - Roof-tiling work

45261212 - Roof-slating work

45261220 - Roof-painting and other coating work

45261221 - Roof-painting work

45262100 - Scaffolding work

45262110 - Scaffolding dismantling work

45262120 - Scaffolding erection work

45262670 - Metalworking

45262700 - Building alteration work

45310000 - Electrical installation work

45311000 - Electrical wiring and fitting work

45311100 - Electrical wiring work

45311200 - Electrical fitting work

45317000 - Other electrical installation work

45332000 - Plumbing and drain-laying work

45332200 - Water plumbing work

45333000 - Gas-fitting installation work

45333100 - Gas regulation equipment installation work

45340000 - Fencing, railing and safety equipment installation work

45342000 - Erection of fencing

45410000 - Plastering work

45421000 - Joinery work

45421100 - Installation of doors and windows and related components

45421110 - Installation of door and window frames

45421150 - Non-metal joinery installation work

45432100 - Floor laying and covering work

45432110 - Floor-laying work

45440000 - Painting and glazing work

45442110 - Painting work of buildings

45442180 - Repainting work

45442190 - Paint-stripping work

50000000 - Repair and maintenance services

50116100 - Electrical-system repair services

50411200 - Repair and maintenance services of gas meters

50413100 - Repair and maintenance services of gas-detection equipment

50700000 - Repair and maintenance services of building installations

51543400 - Installation services of laundry washing, dry-cleaning and drying machines

71314100 - Electrical services

71315000 - Building services

71324000 - Quantity surveying services

71355000 - Surveying services

71421000 - Landscape gardening services

77310000 - Planting and maintenance services of green areas

77313000 - Parks maintenance services

77314000 - Grounds maintenance services

90650000 - Asbestos removal services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
24 Mar 20261 weeks ago
Submission Deadline
29 Apr 20264 weeks to go
Future Notice Date
9 Mar 2026Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
WEST DUNBARTONSHIRE 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
DUMBARTON
Postcode
G82 1QL
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM31 East Dunbartonshire and West Dunbartonshire
Delivery Location
TLM81 East Dunbartonshire, West Dunbartonshire, and Helensburgh and Lomond

Local Authority
West Dunbartonshire
Electoral Ward
Dumbarton
Westminster Constituency
West Dunbartonshire

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN547611
    Subcontractors and Specialist Contractors for Building Services - The provision is to give West Dunbartonshire Council a route to identify qualified multi-trade contractors and trade groups to deliver maintenance, routine servicing and emergency repairs to West Dunbartonshire Council buildings, including works to void properties in a multi-trade environment and a 24 hour 356 days emergency response service to be carried out in compliance with the contract conditions Contractors will be required to provide details on how their organisation in terms of skill, qualifications and competence that fit and meet with the specification the skills. They will need to demonstrate they have a Waste Management plan, Contractors will also be required to provide evidence of insurance policies, where required to provide evidence of security Industry Authority Approved Contractor's Scheme (SIA) The framework will consist of 10 lots. Bidders can submit and be appointed for more than one lot within the framework. The framework will operate on a ranked basis. If the top-ranked Measured Term Contractor is unable to undertake a call-off due to capacity or capability, the opportunity will be offered to the next-ranked provider. This process will continue down the list until a contractor can provide the service. The successful contractors shall be expected to form part of a team, be adaptable, conscientious and be able to carry out instruction with the minimum supervision to allow efficient completion of the work order.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR552316
    Subcontractors and Specialist Contractors for Building Services - The provision is to give West Dunbartonshire Council a route to identify qualified multi-trade contractors and trade groups to deliver maintenance, routine servicing and emergency repairs to West Dunbartonshire Council buildings, including works to void properties in a multi-trade environment and a 24 hour 356 days emergency response service to be carried out in compliance with the contract conditions. Contractors will be required to provide details on how their organisation in terms of skill, qualifications and competence that fit and meet with the specification the skills. They will need to demonstrate they have a Waste Management plan, Contractors will also be required to provide evidence of insurance policies, where required to provide evidence of security Industry Authority Approved Contractor's Scheme (SIA). The framework will consist of 10 lots. Bidders can submit and be appointed for more than one lot within the framework. The framework will operate on a ranked basis. If the top-ranked Measured Term Contractor is unable to undertake a call-off due to capacity or capability, the opportunity will be offered to the next-ranked provider. This process will continue down the list until a contractor can provide the service. The successful contractors shall be expected to form part of a team, be adaptable, conscientious and be able to carry out instruction with the minimum supervision to allow efficient completion of the work order.

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-r6ebe6-0000820456-2026-03-24T00:00:00Z",
    "date": "2026-03-24T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000820456",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-14",
            "name": "West Dunbartonshire Council",
            "identifier": {
                "legalName": "West Dunbartonshire Council"
            },
            "address": {
                "streetAddress": "16 Church Street",
                "locality": "Dumbarton",
                "region": "UKM81",
                "postalCode": "G82 1QL"
            },
            "contactPoint": {
                "email": "Corporate.Procurement@west-dunbarton.gov.uk",
                "telephone": "+44 1389737000",
                "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.west-dunbarton.gov.uk/business/suppliers/procurement/"
            }
        },
        {
            "id": "org-29",
            "name": "West Dunbartonshire Council",
            "identifier": {
                "legalName": "West Dunbartonshire Council"
            },
            "address": {
                "streetAddress": "16 Church Street",
                "locality": "Dumbarton",
                "region": "UKM81",
                "postalCode": "G82 1QL"
            },
            "contactPoint": {
                "email": "Corporate.Procurement@west-dunbarton.gov.uk",
                "telephone": "+44 1389737000",
                "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.west-dunbarton.gov.uk/business/suppliers/procurement/"
            }
        },
        {
            "id": "org-30",
            "name": "Dumbarton Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Dumbarton Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, Church Street",
                "locality": "Dumbarton",
                "postalCode": "G82 1QR"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "West Dunbartonshire Council",
        "id": "org-29"
    },
    "planning": {
        "documents": [
            {
                "id": "JAN547611",
                "documentType": "plannedProcurementNotice",
                "title": "Subcontractors and Specialist Contractors for Building Services",
                "description": "The provision is to give West Dunbartonshire Council a route to identify qualified multi-trade contractors and trade groups to deliver maintenance, routine servicing and emergency repairs to West Dunbartonshire Council buildings, including works to void properties in a multi-trade environment and a 24 hour 356 days emergency response service to be carried out in compliance with the contract conditions Contractors will be required to provide details on how their organisation in terms of skill, qualifications and competence that fit and meet with the specification the skills. They will need to demonstrate they have a Waste Management plan, Contractors will also be required to provide evidence of insurance policies, where required to provide evidence of security Industry Authority Approved Contractor's Scheme (SIA) The framework will consist of 10 lots. Bidders can submit and be appointed for more than one lot within the framework. The framework will operate on a ranked basis. If the top-ranked Measured Term Contractor is unable to undertake a call-off due to capacity or capability, the opportunity will be offered to the next-ranked provider. This process will continue down the list until a contractor can provide the service. The successful contractors shall be expected to form part of a team, be adaptable, conscientious and be able to carry out instruction with the minimum supervision to allow efficient completion of the work order.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN547611",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "2526-40",
        "title": "Subcontractors and Specialist Contractors for Building Services",
        "description": "The provision is to give West Dunbartonshire Council a route to identify qualified multi-trade contractors and trade groups to deliver maintenance, routine servicing and emergency repairs to West Dunbartonshire Council buildings, including works to void properties in a multi-trade environment and a 24 hour 356 days emergency response service to be carried out in compliance with the contract conditions. Contractors will be required to provide details on how their organisation in terms of skill, qualifications and competence that fit and meet with the specification the skills. They will need to demonstrate they have a Waste Management plan, Contractors will also be required to provide evidence of insurance policies, where required to provide evidence of security Industry Authority Approved Contractor's Scheme (SIA). The framework will consist of 10 lots. Bidders can submit and be appointed for more than one lot within the framework. The framework will operate on a ranked basis. If the top-ranked Measured Term Contractor is unable to undertake a call-off due to capacity or capability, the opportunity will be offered to the next-ranked provider. This process will continue down the list until a contractor can provide the service. The successful contractors shall be expected to form part of a team, be adaptable, conscientious and be able to carry out instruction with the minimum supervision to allow efficient completion of the work order.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "77314000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "77313000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "77310000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM81"
                    },
                    {
                        "region": "UKM81"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "90650000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM81"
                    },
                    {
                        "region": "UKM81"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "id": "44112200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45432110",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45432100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM81"
                    },
                    {
                        "region": "UKM81"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "id": "45223100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45223110",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233160",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45262670",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45340000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45342000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM81"
                    },
                    {
                        "region": "UKM81"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "id": "44212310",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45262100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45262110",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45262120",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44212317",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44212315",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM81"
                    },
                    {
                        "region": "UKM81"
                    }
                ],
                "relatedLot": "5"
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "id": "45311000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45310000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45311100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45311200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45317000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50116100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71314100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "35121700",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM81"
                    },
                    {
                        "region": "UKM81"
                    }
                ],
                "relatedLot": "6"
            },
            {
                "id": "7",
                "additionalClassifications": [
                    {
                        "id": "42716000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "51543400",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM81"
                    },
                    {
                        "region": "UKM81"
                    }
                ],
                "relatedLot": "7"
            },
            {
                "id": "8",
                "additionalClassifications": [
                    {
                        "id": "45421100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45421110",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44221000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM81"
                    },
                    {
                        "region": "UKM81"
                    }
                ],
                "relatedLot": "8"
            },
            {
                "id": "9",
                "additionalClassifications": [
                    {
                        "id": "45310000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45311000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45311100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45311200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45440000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45261221",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45442110",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45261220",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45442180",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45442190",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45332200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45332000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45333000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45333100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50413100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50411200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45210000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45213100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45262700",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50700000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71324000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71355000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71421000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45112712",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45261211",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45261212",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45261210",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45410000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45421000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45421150",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM81"
                    },
                    {
                        "region": "UKM81"
                    }
                ],
                "relatedLot": "9"
            },
            {
                "id": "10",
                "additionalClassifications": [
                    {
                        "id": "71315000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM81"
                    },
                    {
                        "region": "UKM81"
                    }
                ],
                "relatedLot": "10"
            }
        ],
        "mainProcurementCategory": "services",
        "lots": [
            {
                "id": "1",
                "title": "Groundworks and Landscaping",
                "description": "The scope of works and service requirements for the provision of groundworks and landscaping services across council owned land, including parks, open spaces, highways, housing estates, operational buildings, and other public assets including but not limited to, site preparation and excavation, drainage, hard landscaping, soil, turf and surfacing, soft landscaping to ground maintenance. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will be open to 2 x 12 month extensions at the councils discretion."
                }
            },
            {
                "id": "2",
                "title": "Asbestos Removal",
                "description": "The scope of services required are, to carry out UKAS accredited Asbestos works on projects that require Asbestos removals, encapsulation, or disposal. Contractors are also required to undertake Licensed and Non Licensed Work in addition to Notifiable Non Licenced Asbestos work in relation to all aspects and areas of the fabric of council Homes (including all blocks and common areas) including all services, utilities and apparatus contained within whether operational or redundant. To maintain service levels, at times, Asbestos works and follow on information is required in a timely manner to prevent delays to work. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will be open to 2 x 12 month extensions at the councils discretion"
                }
            },
            {
                "id": "3",
                "title": "Flooring",
                "description": "The scope of services and works, the contractor shall deliver comprehensive flooring works across various West Dunbartonshire Council buildings and facilities, working effectively within a multi trade environment. The scope of works includes, but is not limited to, removing, renewing, replacing, repairing and maintenance of surface finishes (Generally carpet and linoleum) in various West Dunbartonshire Council Building in a multi trade environment. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will be open to 2 x 12 month extensions at the councils discretion"
                }
            },
            {
                "id": "4",
                "title": "Fencing and Metal Fabrications",
                "description": "The scope of services required including but not limited to, installation, repair, and maintenance services for fencing, metalwork, and security features across all council properties and land. This includes supplying and installing various types of fencing and gates, carrying out repairs to damaged sections, and ensuring security and boundary structures remain safe and functional. The Contractor will also provide custom metal fabrication, including handrails, barriers, brackets, and other bespoke metal components, along with metal painting, protective coatings, and general refurbishment of existing metalwork. Additional services include installing and maintaining secure metal doors, and roller shutters, supporting daily operations and responsive works. All services must be delivered safely, in compliance with regulations, and coordinated within a multi trade working environment. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will be open to 2 x 12 month extensions at the councils discretion"
                }
            },
            {
                "id": "5",
                "title": "Scaffolding",
                "description": "The scope of services includes but are not limited to, the Contractor shall provide all labour, plant, materials, and equipment necessary for the supply, installation, modification, inspection, and dismantling of scaffolding, temporary security fencing, and other access systems required to ensure safe access for works across council properties and sites. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will be open to 2 x 12 month extensions at the councils discretion"
                }
            },
            {
                "id": "6",
                "title": "Electrical Specialist including Entry Systems",
                "description": "The Contractor will deliver specialist electrical installation, repair, and maintenance services across all West Dunbartonshire Council owned or operated buildings, including tenanted homes. This includes installing, upgrading, and maintaining electrical systems, lighting, power, consumer units, and associated components in line with all relevant regulations. The Contractor is also responsible for the installation, servicing, testing, and repair of alarm systems, including door entry systems, and emergency lighting, ensuring compliance with recognised standards. Services also include planned and reactive maintenance. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will be open to 2 x 12 month extensions at the councils discretion"
                }
            },
            {
                "id": "7",
                "title": "Laundry Equipment",
                "description": "The Contractor scope of services will include but not be limited to, install, service, maintain, and repair laundry equipment across council buildings. This includes washing machines, dryers, presses, and any other equipment used for laundering clothing, bedding, uniforms, and materials such as tablecloths. Services cover delivery and installation, connection to utilities, routine servicing, planned maintenance, fault diagnosis, and reactive repairs. The contractor is responsible for ensuring equipment operates safely and efficiently, providing all necessary documentation, using qualified engineers, and coordinating with other trades where required. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will be open to 2 x 12 month extensions at the councils discretion"
                }
            },
            {
                "id": "8",
                "title": "UPVC Windows and Doors",
                "description": "The scope of works and services will include but not limited to, the contractor shall provide the supply, installation of new UPVC units with appropriate glazing, seals, locking systems, and ventilation features, replacement units, and associated works for UPVC windows and doors across council owned and operated buildings, including residential properties, public facilities, and operational sites. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will be open to 2 x 12 month extensions at the councils discretion"
                }
            },
            {
                "id": "9",
                "title": "Small Jobs",
                "description": "The services required are a range of local and specialist trade groups repair, maintenance, and minor works services across all council owned and operated buildings, facilities, and housing stock. These works are typically ad hoc small scale, responsive, or planned tasks requiring flexible trades support to maintain safe, functional, and well maintained properties. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will be open to 2 x 12 month extensions at the councils discretion"
                }
            },
            {
                "id": "10",
                "title": "Void Property and Refurbishment",
                "description": "The services required of the contractor shall be to provide back-up support to our voids housing team when demand exceeds internal delivery capacity. All labour, materials, plant, and equipment required to deliver void property works for both internal refurbishments across council owned housing stock and associated assets. The aim is to ensure properties are made safe, compliant, habitable, and ready for re let within required timescales. Contractors must provide evidence in Section 4C of the SPD of any legal accreditations and qualifications required to carry out the scopes of work and services in order to pass qualification criteria. Failure to do so will result in exclusion from the tender.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will be open to 2 x 12 month extensions at the councils discretion"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-03-09T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "classification": {
            "id": "50000000",
            "scheme": "CPV"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2026-04-29T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2026-04-29T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAR552316",
                "documentType": "contractNotice",
                "title": "Subcontractors and Specialist Contractors for Building Services",
                "description": "The provision is to give West Dunbartonshire Council a route to identify qualified multi-trade contractors and trade groups to deliver maintenance, routine servicing and emergency repairs to West Dunbartonshire Council buildings, including works to void properties in a multi-trade environment and a 24 hour 356 days emergency response service to be carried out in compliance with the contract conditions. Contractors will be required to provide details on how their organisation in terms of skill, qualifications and competence that fit and meet with the specification the skills. They will need to demonstrate they have a Waste Management plan, Contractors will also be required to provide evidence of insurance policies, where required to provide evidence of security Industry Authority Approved Contractor's Scheme (SIA). The framework will consist of 10 lots. Bidders can submit and be appointed for more than one lot within the framework. The framework will operate on a ranked basis. If the top-ranked Measured Term Contractor is unable to undertake a call-off due to capacity or capability, the opportunity will be offered to the next-ranked provider. This process will continue down the list until a contractor can provide the service. The successful contractors shall be expected to form part of a team, be adaptable, conscientious and be able to carry out instruction with the minimum supervision to allow efficient completion of the work order.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR552316",
                "format": "text/html"
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "bidOpening": {
            "date": "2026-04-29T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "minimum": "Lot 1: Groundworks and Landscaping Turnover requirement GBP 250,000 for each of the last 2 financial years Insurance requirement Employer's(Compulsory) Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP5M each and every claim Lot 2: Asbestos Removal Turnover requirement GBP 250,000 for each of the last 2 financial years Insurance requirement Employer's(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP10M each and every claim Public indemnity Insurance = minimum GBP5M Lot 3: Flooring Turnover requirement GBP 250,000 for each of the last 2 financial years Insurance requirement Employer's(Compulsory) Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP5M each and every claim Lot 4: Fencing and Metal Fabrications Turnover requirement GBP 250,000 for each of the last 2 financial years Insurance requirement Employer's(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP5M each and every claim Lot 5: Scaffolding Turnover requirement GBP 250,000 for each of the last 2 financial years Insurance requirement Employer's(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP10M each and every claim Lot 6: Electrical Specialist including Entry Systems Turnover requirement GBP 750,000 for each of the last 2 financial years Insurance requirement Employer's(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP10M each and every claim Lot 7: Laundry Equipment Turnover requirement GBP 75,000 for each of the last 2 financial years Insurance requirement Employer's(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP10M each and every claim Lot 8: UPVC Windows and Doors Turnover requirement GBP 2,000,000 for each of the last 2 financial years Insurance requirement Employer's(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP10M each and every claim Lot 9: Small Jobs Turnover requirement GBP 75,000 for each of the last 2 financial years Insurance requirement Employer's(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP5M each and every claim Lot 10: Void Property and Maintenance Turnover requirement GBP 750,000 for each of the last 2 financial years Insurance requirement Employer's(Compulsory)Liability Insurance = statutory minimum GBP10M each and every claim Public Liability Insurance = minimum GBP10M each and every claim Ratios Ratios - a Pass in any two of the three ratios as an overall Pass for Economic and Financial standing. - (Ratio 1) Acid Test - (Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of greater than 1. - (Ratio 2) Return on Capital Employed %- Profit/Capital employed. To pass this question the Council require the bidder to score a positive figure/Percentage. - (Ratio 3) Current Ratio - Current Assets/Liabilities. To pass this question the Council require the bidder to achieve a score of greater than 1. WDC will use template WD09 - WDC Financial Vetting Questionnaire v1.0, it is recommended that candidates review their own ratio scores in advance of submitting their tender. In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee WD04 - Parent Company Guarantee refers. Should after review of the financial evaluation of tenderer fail, then the tender submission may be rejected."
                },
                {
                    "type": "technical",
                    "minimum": "Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the works/services applicable to the Lots that they are bidding for. Bidders will be required to confirm their average annual manpower for the last two years and the number of managerial staff for the last two years Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of works/services applicable to the Lots that they are bidding for. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Relevant experience to carry out the Works/Services the bidder is tendering for. Appropriate level of manpower, management and equipment to service this Contract. All Contractors, Sub-Contractors and Site Tradespersons must hold the relevant qualifications and certification for the relevant Lot. Where required bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. Bidders must detail relevant qualifications and certifications in association to the relevant lot being tendered for."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "Supplier Development Programme and West Dunbartonshire Council hosted a Talking Tenders webinar to provide an overview of the project, see link below to slides from session: https://youtu.be/yM-EvaZTdjo Supplier Development Programme are hosting an Aligned Tender Training webinar to provide an overview of How to use PCS & PCS-T to bid for this opportunity, see link below to register: https://www.sdpscotland.co.uk/events/west-dunbartonshire-council-provision-of-building-services-2016/ Wednesday 25 March 2026, 10:30am The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30975. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Tenderers must download the attached document \"WD19 Social Benefits in Procurement Questionnaire\" and insert details of the Social Benefit Outcomes offered for the duration of this contract and then re-attach the completed WD19 Questionnaire to the relevant question within PCS-Tender (SC Ref:825465)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000820456"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000820456"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2026/S 000-004834"
        }
    ]
}