Notice Information
Notice Title
Expert Support & Alternative Treatment Solutions - SQE Support and Expert Support
Notice Description
These services were originally Lots 1 & 3 of the procurement for the Expert Support & Alternative Treatment Solutions Framework (TED Reference: 2020/S 133-328094, CTM Reference: rft12133), and were removed from that procurement in order to maintain its integrity when required amendments were identified to these Lots. These Lots will be let with end dates to bring them in line with Lots 2 & 4 (see section 1.4), with the option for LLWR to extend the end date for a further nine months. A summary of the changes made to the Lots is: * Lot 1 requires additional support to verification and validation of on-going work, work packs and records, compliance audit and assurance support; * Lot 3 requires waste assurance, compliance and auditing support. Further detail is provided in the individual scopes of work, and any additional requirements relating to pricing are reflected in Appendix 10 to this ITT.
Lot Information
SQE Support
These services were originally Lots 1 & 3 of the procurement for the Expert Support & Alternative Treatment Solutions Framework (TED Reference: 2020/S 133-328094, CTM Reference: rft12133), and were removed from that procurement in order to maintain its integrity when required amendments were identified to these Lots. These Lots will be let with end dates to bring them in line with Lots 2 & 4 (see section 1.4), with the option for LLWR to extend the end date for a further nine months. A summary of the changes made to the Lots is: * Lot 1 requires additional support to verification and validation of on-going work, work packs and records, compliance audit and assurance support; * Lot 3 requires waste assurance, compliance and auditing support. Further detail is provided in the individual scopes of work, and any additional requirements relating to pricing are reflected in Appendix 10 to this ITT.
Renewal: There is the potential for a 9 month extension to this framework (taking the duration up to the maximum allowed 48 months) at the Contract Authority's discretion. Any such extension would be on the same terms and pricing basis as the 39-month agreement.
Expert SupportThese services were originally Lots 1 & 3 of the procurement for the Expert Support & Alternative Treatment Solutions Framework (TED Reference: 2020/S 133-328094, CTM Reference: rft12133), and were removed from that procurement in order to maintain its integrity when required amendments were identified to these Lots. These Lots will be let with end dates to bring them in line with Lots 2 & 4 (see section 1.4), with the option for LLWR to extend the end date for a further nine months. A summary of the changes made to the Lots is: * Lot 1 requires additional support to verification and validation of on-going work, work packs and records, compliance audit and assurance support; * Lot 3 requires waste assurance, compliance and auditing support. Further detail is provided in the individual scopes of work, and any additional requirements relating to pricing are reflected in Appendix 10 to this ITT.
Renewal: There is the potential for a 9 month extension to this framework (taking the duration up to the maximum allowed 48 months) at the Contract Authority's discretion. Any such extension would be on the same terms and pricing basis as the 39-month agreement.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02ac78
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/007244-2022
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- 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
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90520000 - Radioactive-, toxic-, medical- and hazardous waste services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £10,000,000 £10M-£100M
Notice Dates
- Publication Date
- 16 Mar 20223 years ago
- Submission Deadline
- 1 Jun 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 20 Dec 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CTM PORTAL FOR THE NDA SHARED SERVICES ALLIANCE
- Contact Name
- Matthew Griffiths
- Contact Email
- matthew.e.griffiths@llwrsite.com
- Contact Phone
- Not specified
Buyer Location
- Locality
- SEASCALE
- Postcode
- CA20 1PG
- Post Town
- Carlisle
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD1 Cumbria
- Small Region (ITL 3)
- TLD13 Cumberland
- Delivery Location
- Not specified
-
- Local Authority
- Cumberland
- Electoral Ward
- Gosforth
- Westminster Constituency
- Whitehaven and Workington
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02ac78-2022-03-16T17:27:23Z",
"date": "2022-03-16T17:27:23Z",
"ocid": "ocds-h6vhtk-02ac78",
"description": "Public sector bodies that fall into one or more of the following categories may utilise the Framework via a Waste Services Contract with LLWR: 1. Any of the following and their future successors: (a) Ministerial government departments; (b) Non-ministerial government departments; (c) Executive agencies of government; (d) Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs, and tribunal NDPBs; (e) Assembly Sponsored Public Bodies (ASPBs); (f) Police forces; (g) Fire and rescue services; (h) Ambulance services; (i) Maritime and coastguard agency services; (j) NHS bodies; (k) Educational bodies or establishments including state schools (nursery schools, primary schools, middle or high schools, secondary schools, special schools), academies, colleges, Pupil Referral Unit (PRU), further education colleges and universities; (l) Hospices; (m) National Parks; (n) Housing associations, including registered social landlords; (o) Third sector and charities; (p) Citizens advice bodies; (q) Councils, including county councils, district councils, county borough councils, community councils, London borough councils, unitary councils, metropolitan councils, parish councils; (r) Public corporations; (s) Public financial bodies or institutions; (t) Public pension funds; (u) Central banks; and (v) Civil service bodies, including public sector buying organisations. 2. Those listed and maintained by the Government on their website at https://www.gov.uk/government/organisations or any replacement or updated web-link. 3. Those listed and maintained by the Office of National Statistics (ONS) at https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide or any replacement or updated web-link. 4. Those bodies in England, Wales or Northern Ireland which are within the scope of the definition of \"Contracting Authority\" in regulation 2(1) of the Public Contracts Regulations 2015 (PCR) and/or Schedule 1 PCR.",
"initiationType": "tender",
"tender": {
"id": "LLWRP2122-ja11130",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Expert Support & Alternative Treatment Solutions - SQE Support and Expert Support",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "90520000",
"description": "Radioactive-, toxic-, medical- and hazardous waste services"
},
"mainProcurementCategory": "services",
"description": "These services were originally Lots 1 & 3 of the procurement for the Expert Support & Alternative Treatment Solutions Framework (TED Reference: 2020/S 133-328094, CTM Reference: rft12133), and were removed from that procurement in order to maintain its integrity when required amendments were identified to these Lots. These Lots will be let with end dates to bring them in line with Lots 2 & 4 (see section 1.4), with the option for LLWR to extend the end date for a further nine months. A summary of the changes made to the Lots is: * Lot 1 requires additional support to verification and validation of on-going work, work packs and records, compliance audit and assurance support; * Lot 3 requires waste assurance, compliance and auditing support. Further detail is provided in the individual scopes of work, and any additional requirements relating to pricing are reflected in Appendix 10 to this ITT.",
"lots": [
{
"id": "1",
"title": "SQE Support",
"description": "These services were originally Lots 1 & 3 of the procurement for the Expert Support & Alternative Treatment Solutions Framework (TED Reference: 2020/S 133-328094, CTM Reference: rft12133), and were removed from that procurement in order to maintain its integrity when required amendments were identified to these Lots. These Lots will be let with end dates to bring them in line with Lots 2 & 4 (see section 1.4), with the option for LLWR to extend the end date for a further nine months. A summary of the changes made to the Lots is: * Lot 1 requires additional support to verification and validation of on-going work, work packs and records, compliance audit and assurance support; * Lot 3 requires waste assurance, compliance and auditing support. Further detail is provided in the individual scopes of work, and any additional requirements relating to pricing are reflected in Appendix 10 to this ITT.",
"contractPeriod": {
"durationInDays": 1170
},
"hasRenewal": true,
"renewal": {
"description": "There is the potential for a 9 month extension to this framework (taking the duration up to the maximum allowed 48 months) at the Contract Authority's discretion. Any such extension would be on the same terms and pricing basis as the 39-month agreement."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Delivery Approach",
"type": "quality",
"description": "25"
},
{
"name": "Management & Business Processes",
"type": "quality",
"description": "18"
},
{
"name": "Organisational Resilience",
"type": "quality",
"description": "22"
},
{
"name": "Rates",
"type": "cost",
"description": "20"
},
{
"name": "Fee Percentage",
"type": "cost",
"description": "5"
},
{
"name": "Social Value",
"type": "cost",
"description": "10"
}
]
}
},
{
"id": "3",
"title": "Expert Support",
"description": "These services were originally Lots 1 & 3 of the procurement for the Expert Support & Alternative Treatment Solutions Framework (TED Reference: 2020/S 133-328094, CTM Reference: rft12133), and were removed from that procurement in order to maintain its integrity when required amendments were identified to these Lots. These Lots will be let with end dates to bring them in line with Lots 2 & 4 (see section 1.4), with the option for LLWR to extend the end date for a further nine months. A summary of the changes made to the Lots is: * Lot 1 requires additional support to verification and validation of on-going work, work packs and records, compliance audit and assurance support; * Lot 3 requires waste assurance, compliance and auditing support. Further detail is provided in the individual scopes of work, and any additional requirements relating to pricing are reflected in Appendix 10 to this ITT.",
"contractPeriod": {
"durationInDays": 1170
},
"hasRenewal": true,
"renewal": {
"description": "There is the potential for a 9 month extension to this framework (taking the duration up to the maximum allowed 48 months) at the Contract Authority's discretion. Any such extension would be on the same terms and pricing basis as the 39-month agreement."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Service Proposal",
"type": "quality",
"description": "35"
},
{
"name": "Managing & Improving Delivery",
"type": "quality",
"description": "30"
},
{
"name": "Rates",
"type": "cost",
"description": "20"
},
{
"name": "Fee Percentage",
"type": "cost",
"description": "5"
},
{
"name": "Social Value",
"type": "cost",
"description": "10"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90520000",
"description": "Radioactive-, toxic-, medical- and hazardous waste services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90520000",
"description": "Radioactive-, toxic-, medical- and hazardous waste services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "3"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13620&B=SELLAFIELD",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 9
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-06-01T16:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 360
}
},
"awardPeriod": {
"startDate": "2021-06-01T16:00:00+01:00"
},
"bidOpening": {
"date": "2021-06-01T16:00:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "Precise information on deadline(s) for review procedures: Any appeals should be promptly brought to the attention of the contact specified in Section I above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Public Contracts Regulations 2015. In accordance with the Public Contracts Regulations 2015, the Contracting Authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.",
"amendments": [
{
"id": "1",
"description": "Public sector bodies that fall into one or more of the following categories may utilise the Framework via a Waste Services Contract with LLWR: 1. Any of the following and their future successors: (a) Ministerial government departments; (b) Non-ministerial government departments; (c) Executive agencies of government; (d) Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs, and tribunal NDPBs; (e) Assembly Sponsored Public Bodies (ASPBs); (f) Police forces; (g) Fire and rescue services; (h) Ambulance services; (i) Maritime and coastguard agency services; (j) NHS bodies; (k) Educational bodies or establishments including state schools (nursery schools, primary schools, middle or high schools, secondary schools, special schools), academies, colleges, Pupil Referral Unit (PRU), further education colleges and universities; (l) Hospices; (m) National Parks; (n) Housing associations, including registered social landlords; (o) Third sector and charities; (p) Citizens advice bodies; (q) Councils, including county councils, district councils, county borough councils, community councils, London borough councils, unitary councils, metropolitan councils, parish councils; (r) Public corporations; (s) Public financial bodies or institutions; (t) Public pension funds; (u) Central banks; and (v) Civil service bodies, including public sector buying organisations. 2. Those listed and maintained by the Government on their website at https://www.gov.uk/government/organisations or any replacement or updated web-link. 3. Those listed and maintained by the Office of National Statistics (ONS) at https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide or any replacement or updated web-link. 4. Those bodies in England, Wales or Northern Ireland which are within the scope of the definition of \"Contracting Authority\" in regulation 2(1) of the Public Contracts Regulations 2015 (PCR) and/or Schedule 1 PCR."
}
]
},
"parties": [
{
"id": "GB-FTS-4524",
"name": "CTM Portal for the NDA Shared Services Alliance",
"identifier": {
"legalName": "CTM Portal for the NDA Shared Services Alliance",
"id": "01002607"
},
"address": {
"streetAddress": "Calder Bridge",
"locality": "Seascale",
"region": "UK",
"postalCode": "CA20 1PG",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Matthew Griffiths",
"email": "Matthew.e.Griffiths@llwrsite.com",
"url": "https://sharedsystems.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13620&B=SELLAFIELD"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.gov.uk/government/case-studies/shared-services-alliance-ssa-for-nuclear-decommissioning-estate",
"buyerProfile": "https://sharedsystems.eu-supply.com/ctm/Company/CompanyInformation/Index/3510",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "Nuclear Decommissioning"
}
]
}
},
{
"id": "GB-FTS-439",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"streetAddress": "Strand",
"locality": "London",
"postalCode": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody",
"mediationBody"
],
"details": {
"url": "http://www.justice.gov.uk"
}
},
{
"id": "GB-FTS-14944",
"name": "LLW Repository Ltd",
"identifier": {
"legalName": "LLW Repository Ltd"
},
"address": {
"locality": "Calderbridge",
"postalCode": "CA20 1DB",
"countryName": "United Kingdom"
},
"roles": [
"reviewContactPoint"
]
},
{
"id": "GB-FTS-47066",
"name": "Responsive Ltd",
"identifier": {
"legalName": "Responsive Ltd"
},
"address": {
"streetAddress": "Unit 3a Lillyhall Industrial Estate, Hallwood Road",
"locality": "Workington",
"region": "UK",
"postalCode": "CA14 4JR",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-47067",
"name": "Atkins Ltd",
"identifier": {
"legalName": "Atkins Ltd"
},
"address": {
"streetAddress": "Woodcote Grove, Ashley Road, Epsom,",
"locality": "Surrey",
"region": "UK",
"postalCode": "KT185BW",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-47068",
"name": "Cavendish Nuclear Ltd",
"identifier": {
"legalName": "Cavendish Nuclear Ltd"
},
"address": {
"streetAddress": "33 Wigmore Street",
"locality": "London",
"region": "UK",
"postalCode": "W1U 1QX",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-47069",
"name": "DBD Ltd",
"identifier": {
"legalName": "DBD Ltd"
},
"address": {
"streetAddress": "401 Faraday Street, Birchwood Park",
"locality": "Warrington",
"region": "UK",
"postalCode": "WA3 6GA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-47070",
"name": "Jacobs UK Ltd",
"identifier": {
"legalName": "Jacobs UK Ltd"
},
"address": {
"streetAddress": "Cottons Centre, Cottons Lane",
"locality": "London",
"region": "UK",
"postalCode": "SE1 2QG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-47071",
"name": "Mott MacDonald",
"identifier": {
"legalName": "Mott MacDonald"
},
"address": {
"streetAddress": "Mott Macdonald House, 8-10 Sydenham Road, Croydon",
"locality": "Surrey",
"region": "UK",
"postalCode": "CR0 2EE",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-47072",
"name": "NSG Environmental Ltd",
"identifier": {
"legalName": "NSG Environmental Ltd"
},
"address": {
"streetAddress": "Ackhurst Road",
"locality": "Chorley",
"region": "UK",
"postalCode": "PR7 1NH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-47073",
"name": "Nuvia Ltd",
"identifier": {
"legalName": "Nuvia Ltd"
},
"address": {
"streetAddress": "Chadwick House, Birchwood Park",
"locality": "Risley",
"region": "UK",
"postalCode": "WA3 6AE",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-47074",
"name": "Shepley Engineers Ltd",
"identifier": {
"legalName": "Shepley Engineers Ltd",
"id": "02926871"
},
"address": {
"streetAddress": "3175 Century Way, Thorpe Park",
"locality": "Leeds",
"region": "UK",
"postalCode": "LS15 8ZB",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-47075",
"name": "REACT Engineering Ltd",
"identifier": {
"legalName": "REACT Engineering Ltd"
},
"address": {
"streetAddress": "Phoenix Court, Earl Street",
"locality": "Cleator Moor",
"region": "UK",
"postalCode": "CA25 5AU",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-4524",
"name": "CTM Portal for the NDA Shared Services Alliance"
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:302919-2019:TEXT:EN:HTML"
}
],
"language": "en",
"awards": [
{
"id": "007244-2022-1",
"relatedLots": [
"1"
],
"title": "Expert Support & Alternative Treatment Solutions",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-47066",
"name": "Responsive Ltd"
}
]
},
{
"id": "007244-2022-2",
"relatedLots": [
"3"
],
"title": "Expert Support & Alternative Treatment Solutions",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-47067",
"name": "Atkins Ltd"
}
]
},
{
"id": "007244-2022-3",
"relatedLots": [
"3"
],
"title": "Expert Support & Alternative Treatment Solutions",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-47068",
"name": "Cavendish Nuclear Ltd"
}
]
},
{
"id": "007244-2022-4",
"relatedLots": [
"3"
],
"title": "Expert Support & Alternative Treatment Solutions",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-47069",
"name": "DBD Ltd"
}
]
},
{
"id": "007244-2022-5",
"relatedLots": [
"3"
],
"title": "Expert Support & Alternative Treatment Solutions",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-47070",
"name": "Jacobs UK Ltd"
}
]
},
{
"id": "007244-2022-6",
"relatedLots": [
"3"
],
"title": "Expert Support & Alternative Treatment Solutions",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-47071",
"name": "Mott MacDonald"
}
]
},
{
"id": "007244-2022-7",
"relatedLots": [
"3"
],
"title": "Expert Support & Alternative Treatment Solutions",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-47072",
"name": "NSG Environmental Ltd"
}
]
},
{
"id": "007244-2022-8",
"relatedLots": [
"3"
],
"title": "Expert Support & Alternative Treatment Solutions",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-47073",
"name": "Nuvia Ltd"
}
]
},
{
"id": "007244-2022-9",
"relatedLots": [
"3"
],
"title": "Expert Support & Alternative Treatment Solutions",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-47074",
"name": "Shepley Engineers Ltd"
},
{
"id": "GB-FTS-47075",
"name": "REACT Engineering Ltd"
}
]
}
],
"contracts": [
{
"id": "007244-2022-1",
"awardID": "007244-2022-1",
"title": "Expert Support & Alternative Treatment Solutions",
"status": "active",
"value": {
"amount": 1500000,
"currency": "GBP"
},
"dateSigned": "2021-12-20T00:00:00Z"
},
{
"id": "007244-2022-2",
"awardID": "007244-2022-2",
"title": "Expert Support & Alternative Treatment Solutions",
"status": "active",
"value": {
"amount": 8500000,
"currency": "GBP"
},
"dateSigned": "2022-01-25T00:00:00Z"
},
{
"id": "007244-2022-3",
"awardID": "007244-2022-3",
"title": "Expert Support & Alternative Treatment Solutions",
"status": "active",
"value": {
"amount": 8500000,
"currency": "GBP"
},
"dateSigned": "2022-01-27T00:00:00Z"
},
{
"id": "007244-2022-4",
"awardID": "007244-2022-4",
"title": "Expert Support & Alternative Treatment Solutions",
"status": "active",
"value": {
"amount": 8500000,
"currency": "GBP"
},
"dateSigned": "2022-01-20T00:00:00Z"
},
{
"id": "007244-2022-5",
"awardID": "007244-2022-5",
"title": "Expert Support & Alternative Treatment Solutions",
"status": "active",
"value": {
"amount": 8500000,
"currency": "GBP"
},
"dateSigned": "2022-03-11T00:00:00Z"
},
{
"id": "007244-2022-6",
"awardID": "007244-2022-6",
"title": "Expert Support & Alternative Treatment Solutions",
"status": "active",
"value": {
"amount": 8500000,
"currency": "GBP"
},
"dateSigned": "2022-01-27T00:00:00Z"
},
{
"id": "007244-2022-7",
"awardID": "007244-2022-7",
"title": "Expert Support & Alternative Treatment Solutions",
"status": "active",
"value": {
"amount": 8500000,
"currency": "GBP"
},
"dateSigned": "2022-01-13T00:00:00Z"
},
{
"id": "007244-2022-8",
"awardID": "007244-2022-8",
"title": "Expert Support & Alternative Treatment Solutions",
"status": "active",
"value": {
"amount": 8500000,
"currency": "GBP"
},
"dateSigned": "2022-02-14T00:00:00Z"
},
{
"id": "007244-2022-9",
"awardID": "007244-2022-9",
"title": "Expert Support & Alternative Treatment Solutions",
"status": "active",
"value": {
"amount": 8500000,
"currency": "GBP"
},
"dateSigned": "2022-01-13T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "2",
"measure": "bids",
"relatedLot": "3",
"value": 10
},
{
"id": "3",
"measure": "bids",
"relatedLot": "3",
"value": 10
},
{
"id": "4",
"measure": "bids",
"relatedLot": "3",
"value": 10
},
{
"id": "5",
"measure": "bids",
"relatedLot": "3",
"value": 10
},
{
"id": "6",
"measure": "bids",
"relatedLot": "3",
"value": 10
},
{
"id": "7",
"measure": "bids",
"relatedLot": "3",
"value": 10
},
{
"id": "8",
"measure": "bids",
"relatedLot": "3",
"value": 10
},
{
"id": "9",
"measure": "bids",
"relatedLot": "3",
"value": 10
}
]
}
}