Award

Provision of a Fire Alarm Maintenance Measured Term Contract (MTC)

UNIVERSITY OF STRATHCLYDE

This public procurement record has 3 releases in its history.

Award

04 Oct 2021 at 14:15

Tender

17 May 2021 at 15:55

Planning

08 Apr 2021 at 13:48

Summary of the contracting process

The University of Strathclyde is currently in the award stage of a public procurement process titled "Provision of a Fire Alarm Maintenance Measured Term Contract (MTC)," which falls under the services sector, specifically related to the installation services of fire protection equipment. The contract spans different lots, including ADT and Non-ADT systems for fire alarm maintenance. Significant dates in this process include the contract award date of 16 September 2021 and a total estimated contract value of £777,000. The delivery location is specified as the University of Strathclyde's campus in Glasgow, UK. The procurement method employed is an open procedure, allowing for greater participation from interested suppliers.

This tender presents a substantial opportunity for businesses specialising in fire protection, alarm system maintenance, and related services to expand their operations. Companies with expertise in both ADT and Non-ADT systems, particularly those possessing the necessary certifications or accreditations as mentioned in the tender documents, would be well-suited to compete for this contract. The expectation of community benefits and the potential for ongoing service requirements can further facilitate long-term business growth for eligible contractors in this sector.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of a Fire Alarm Maintenance Measured Term Contract (MTC)

Notice Description

The University of Strathclyde has awarded a Contract for the Provision of a Fire Alarm Maintenance Measured Term Contract (MTC) (UOS-14754-2019).

Lot Information

ADT Systems

The University of Strathclyde has awarded Lot 1 - ADT Systems, under the Contract for the Provision of a Fire Alarm Maintenance Measured Term Contract (MTC) (UOS-14754-2019).

Options: In line with 72 - Modification of Contracts During their Term, of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases.

Renewal: The contract duration is 24-months, with the option to extend for up to an additional two 12-month periods. The Contracting Authority reserves the right to utilise the extension periods at its discretion, and on a lot by lot basis.

Non-ADT Systems

The University of Strathclyde has awarded Lot 2 - Non-ADT Systems, under the Contract for the Provision of a Fire Alarm Maintenance Measured Term Contract (MTC) (UOS-14754-2019).

Options: In line with 72 - Modification of Contracts During their Term, of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases.

Renewal: The contract duration is 24-months, with the option to extend for up to an additional two 12-month periods. The Contracting Authority reserves the right to utilise the extension periods at its discretion, and on a lot by lot basis.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02a3cd
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/024622-2021
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting

45 - Construction work

50 - Repair and maintenance services

51 - Installation services (except software)


CPV Codes

31625000 - Burglar and fire alarms

31625100 - Fire-detection systems

31625200 - Fire-alarm systems

45312100 - Fire-alarm system installation work

45343000 - Fire-prevention installation works

45343100 - Fireproofing work

45343200 - Firefighting equipment installation work

45343210 - CO2 fire-extinguishing equipment installation work

45343220 - Fire-extinguishers installation work

50413200 - Repair and maintenance services of firefighting equipment

51700000 - Installation services of fire protection equipment

Notice Value(s)

Tender Value
£777,000 £500K-£1M
Lots Value
£777,000 £500K-£1M
Awards Value
Not specified
Contracts Value
£777,000 £500K-£1M

Notice Dates

Publication Date
4 Oct 20214 years ago
Submission Deadline
18 Jun 2021Expired
Future Notice Date
15 Apr 2021Expired
Award Date
15 Sep 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
UNIVERSITY OF STRATHCLYDE
Contact Name
Kenneth Carlin, Senior Procurement Specialist
Contact Email
kenneth.carlin@strath.ac.uk
Contact Phone
+44 1415484451

Buyer Location

Locality
GLASGOW
Postcode
G1 1QE
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM82 Glasgow City

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North East

Supplier Information

Number of Suppliers
2
Supplier Names

ADT FIRE & SECURITY

RAPID FIRE SERVICES

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-h6vhtk-02a3cd-2021-10-04T15:15:02+01:00",
    "date": "2021-10-04T15:15:02+01:00",
    "ocid": "ocds-h6vhtk-02a3cd",
    "description": "In line with 72 - Modification of Contracts During their Term, of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases. (SC Ref:662541)",
    "initiationType": "tender",
    "tender": {
        "id": "UOS-14754-2019",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Provision of a Fire Alarm Maintenance Measured Term Contract (MTC)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "51700000",
            "description": "Installation services of fire protection equipment"
        },
        "mainProcurementCategory": "services",
        "description": "The University of Strathclyde has awarded a Contract for the Provision of a Fire Alarm Maintenance Measured Term Contract (MTC) (UOS-14754-2019).",
        "lots": [
            {
                "id": "1",
                "title": "ADT Systems",
                "description": "The University of Strathclyde has awarded Lot 1 - ADT Systems, under the Contract for the Provision of a Fire Alarm Maintenance Measured Term Contract (MTC) (UOS-14754-2019).",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 490000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract duration is 24-months, with the option to extend for up to an additional two 12-month periods. The Contracting Authority reserves the right to utilise the extension periods at its discretion, and on a lot by lot basis."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "In line with 72 - Modification of Contracts During their Term, of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases."
                }
            },
            {
                "id": "2",
                "title": "Non-ADT Systems",
                "description": "The University of Strathclyde has awarded Lot 2 - Non-ADT Systems, under the Contract for the Provision of a Fire Alarm Maintenance Measured Term Contract (MTC) (UOS-14754-2019).",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 287000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract duration is 24-months, with the option to extend for up to an additional two 12-month periods. The Contracting Authority reserves the right to utilise the extension periods at its discretion, and on a lot by lot basis."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "In line with 72 - Modification of Contracts During their Term, of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases."
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45312100",
                        "description": "Fire-alarm system installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31625000",
                        "description": "Burglar and fire alarms"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31625100",
                        "description": "Fire-detection systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31625200",
                        "description": "Fire-alarm systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343000",
                        "description": "Fire-prevention installation works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343100",
                        "description": "Fireproofing work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343200",
                        "description": "Firefighting equipment installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343210",
                        "description": "CO2 fire-extinguishing equipment installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343220",
                        "description": "Fire-extinguishers installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50413200",
                        "description": "Repair and maintenance services of firefighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51700000",
                        "description": "Installation services of fire protection equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "deliveryLocation": {
                    "description": "University of Strathclyde."
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45312100",
                        "description": "Fire-alarm system installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31625000",
                        "description": "Burglar and fire alarms"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31625100",
                        "description": "Fire-detection systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31625200",
                        "description": "Fire-alarm systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343000",
                        "description": "Fire-prevention installation works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343100",
                        "description": "Fireproofing work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343200",
                        "description": "Firefighting equipment installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343210",
                        "description": "CO2 fire-extinguishing equipment installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343220",
                        "description": "Fire-extinguishers installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50413200",
                        "description": "Repair and maintenance services of firefighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51700000",
                        "description": "Installation services of fire protection equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "deliveryLocation": {
                    "description": "University of Strathclyde."
                },
                "relatedLot": "2"
            }
        ],
        "communication": {
            "futureNoticeDate": "2021-04-16T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "value": {
            "amount": 777000,
            "currency": "GBP"
        },
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "1. SPD (Scotland) Question 4B.1.2: Average Yearly Turnover 2. SPD (Scotland) Question 4B.5: Insurance Requirements",
                    "minimum": "1. SPD (Scotland) Question 4B.1.2: Average Yearly Turnover The bidder will be required to have a minimum average yearly turnover for the last 2 years for the following lots; Lot 1: ADT Systems - GBP 490,000.00; and Lot 2: Non-ADT Systems - GBP 287,000.00. 2. SPD (Scotland) Question 4B.5: Insurance Requirements It is a requirement of this Contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded Contract, the types and levels of insurance indicated below, which are applicable to all lots; SPD (Scotland) Question 4B.5.1a Professional Risk Indemnity - maintain a minimum indemnity limit of GBP 2 million in respect of each claim, and without limit to the number of claims. SPD (Scotland) Question 4B.5.1b Employer's (Compulsory) Liability - maintain a minimum indemnity limit of GBP 10 million in respect of each claim, and without limit to the number of claims. SPD (Scotland) Question 4B.5.2 Public Liability - maintain a minimum indemnity limit of GBP 10 million in respect of each claim, and without limit to the number of claims. Product Liability - maintain a minimum indemnity limit of GBP 10 million in the aggregate. Motor Vehicle Insurance - maintain a minimum indemnity limit of GBP 5 million for Property Damage, and unlimited in respect of Third Party Injury.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "1. SPD (Scotland) Question 4C.1.2: Services 2. SPD (Scotland) Question 4C.6: Qualifications 3. SPD (Scotland) Question 4D.1: Quality Assurance Schemes 4. SPD (Scotland) Question 4D.2: Environmental Management Standards",
                    "minimum": "1. SPD (Scotland) Question 4C.1.2: Services Bidders will be required to provide examples of services carried out in the past three years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. The bidder should use the template provided for them to answer the Technical and Professional ability question 4C.1.2 of their SPD (Scotland) response. The Tenderer must use this template to answer question 4C.1.2 of their SPD response. The Tenderer MUST upload the completed document next to question 4C.1.2, DO NOT UPLOAD THIS DOCUMENT INTO THE \"GENERAL ATTACHMENTS\" AREA. The below scoring methodology will be applied to the question; Excellent response - 4 The response is comprehensive, unambiguous and demonstrates a thorough understanding of the question. Good response - 3 The response is sufficiently detailed to demonstrate a good understanding of the question. Acceptable response - 2 The response addresses a broad understanding of the question but lacks detail. Poor response - 1 The response addresses some elements of the question but contains insufficient/limited detail or explanation. Unacceptable (Nil or Inadequate response) - 0 Fails to demonstrate an ability to meet the requirement. Requirement/Question: For each lot that they are bidding for, the Tenderer must provide 3 examples from the past 3 years that demonstrates that they can fulfil the requirements outlined under the relevant lot description (II.2.4) (Description of the Procurement) within the Contract Notice. For example, if the Tenderer is bidding for both lots, then they must provide 3 examples for each, which totals as 6 examples. This question will be scored by a technical panel made up of representatives from the Contracting Authority. Once all scores are agreed, an average score will be applied to each example. Please note, the Tenderer must score a minimum of 2 for each example, as per the scoring methodology, for the above question, otherwise their offer may be deemed non-compliant and will not be considered further. 2. SPD (Scotland) Question 4C.6: Qualifications For the below lots, the bidder must hold the following professional and educational qualifications (or equivalent); Lot 1: ADT Systems - Accreditation to the following is required: - BAFE; and Accreditation to one or more of the following is required: -NSI Gold; and -BSIA. Lot 2: Non-ADT Systems Accreditation to the following is required; - A member of the 'Gent 24 Network of Approved System Integrators'; and Accreditation to one or more of the following is required: -NSI Gold; and -BSIA. 3. SPD (Scotland) Question 4D.1: Quality Assurance Schemes Due to restrictions placed upon the character count by the advertising portal, bidders should refer to the full detail provided within the document \"Appendix E - Contract Notice Additional Information\", which can be found in the \"Appendices\" folder, within the \"Buyers Attachments\" area within the relevant ITT on PCS-Tender (PCS-T). The bidder must meet the relevant minimum level(s) of standards set out. 4. SPD (Scotland) Question 4D.2: Environmental Management Standards Due to restrictions placed upon the character count by the advertising portal, bidders should refer to the full detail provided within the document \"Appendix E - Contract Notice Additional Information\", which can be found in the \"Appendices\" folder, within the \"Buyers Attachments\" area within the relevant ITT on PCS- Tender (PCS-T). The bidder must meet the relevant minimum level(s) of standards set out.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "For full details of the conditions relevant to the proposed Contract, please see the tender documents (details of how to access these being set out in section 1.3) Communication, of this Contract Notice. The University of Strathclyde will require the members of any tendering group of entities (including, but not limited to consortium members, members of a group of economic operators and/or subcontractors) to be jointly and severally liable for the performance of the Contract (no matter the legal form taken by those entities in order to enter into the Contract).",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2021-06-18T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2021-06-18T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-06-18T12:00:00+01:00",
            "address": {
                "streetAddress": "University of Strathclyde."
            },
            "description": "University of Strathclyde Officers & Members."
        },
        "hasRecurrence": false,
        "reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contract (Scotland) Regulations 2015 (SSI2015/446)(as amended) may bring proceedings to the Sheriff Court or the Court of Session."
    },
    "parties": [
        {
            "id": "GB-FTS-218",
            "name": "University of Strathclyde",
            "identifier": {
                "legalName": "University of Strathclyde"
            },
            "address": {
                "streetAddress": "40 George Street, Procurement Department",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G1 1QE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1415484451",
                "email": "kenneth.carlin@strath.ac.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
                "name": "Kenneth Carlin, Senior Procurement Specialist"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.strath.ac.uk/",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "09",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-3525",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-30384",
            "name": "Rapid Fire Services Ltd",
            "identifier": {
                "legalName": "Rapid Fire Services Ltd",
                "id": "SC171186"
            },
            "address": {
                "streetAddress": "Unit 2b, 8 Eagle Street, Craighall Business Park",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G4 9XA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-30385",
            "name": "ADT Fire & Security Plc",
            "identifier": {
                "legalName": "ADT Fire & Security Plc",
                "id": "01161045"
            },
            "address": {
                "streetAddress": "Security House, The Summit, Hanworth Road",
                "locality": "Sunbury on Thames",
                "region": "UK",
                "postalCode": "TW16 5DB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-218",
        "name": "University of Strathclyde"
    },
    "language": "en",
    "awards": [
        {
            "id": "024622-2021-1",
            "relatedLots": [
                "2"
            ],
            "title": "Non-ADT Systems",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-30384",
                    "name": "Rapid Fire Services Ltd"
                }
            ]
        },
        {
            "id": "024622-2021-2",
            "relatedLots": [
                "1"
            ],
            "title": "ADT Systems",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-30385",
                    "name": "ADT Fire & Security Plc"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "024622-2021-1",
            "awardID": "024622-2021-1",
            "title": "Non-ADT Systems",
            "status": "active",
            "value": {
                "amount": 287000,
                "currency": "GBP"
            },
            "dateSigned": "2021-09-16T00:00:00+01:00"
        },
        {
            "id": "024622-2021-2",
            "awardID": "024622-2021-2",
            "title": "ADT Systems",
            "status": "active",
            "value": {
                "amount": 490000,
                "currency": "GBP"
            },
            "dateSigned": "2021-09-16T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "2",
                "value": 7
            },
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "2",
                "value": 7
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "2",
                "value": 7
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "2",
                "value": 7
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}