Notice Information
Notice Title
CBRN and Hazmat Incident Support Framework
Notice Description
The Authority requires suppliers to the Framework for Chemical, Biological, Radiological and Nuclear (CBRN) and HazMat Remediation, to supply, transport, deploy and implement remediation and waste management service(s) for use by the Contracting Authority in a CBRN or HAZMAT incident.
Lot Information
Chemical Sampling, Analysis, and Monitoring
Framework Providers shall be capable and competent to deliver characterisation sampling to establish and confirm the extent of chemical contamination; and/or post-remediation (clearance) sampling to confirm the effectiveness of the clean-up. Providers will be expected to have the capability to undertake the collection a wide range of environmental samples from indoor and outdoor environments including any specific handling requirements.
Chemical RemediationProviders must be capable and competent to deliver the activity required to render the scene of a chemical agent release suitable for return to the Contracting Authority. Chemical contamination may include toxic industrial chemicals such as industrial gases, organophosphate pesticides, herbicides, and chemical warfare agents which include nerve, blood and blister agents.
Chemical waste management and disposalProviders must be capable and competent to collect, package securely, treat, identify suitable disposal options (for example, landfill or high temperature incineration) transport and facilitate final disposal of the various waste streams in accordance with regulations and where appropriate guidance from regulators. Consideration must be given to the selection criteria e.g. cost v benefit analysis such as fast disposal of possibly contaminated waste compared to increased time scale of additional sampling to prove waste is harmless. Size reduction techniques should be considered if appropriate, along with the additional risk to remediation operatives compared to savings in time and/or cost with the disposal route.
Biological sampling, analysis and monitoringProviders must be capable and competent to deliver pre-remediation sampling and/or laboratory analysis to establish and confirm the extent of biological contamination; and/or post-remediation (clearance) sampling and/or analysis to confirm the effectiveness of the clean-up. Biological material may include pathogenic bacteria, and/or spores, and/or biological toxins and viruses. Providers providing this capability will be required to analyse or arrange the analysis of samples in accordance with recognised quality assurance schemes, ensuring auditable sampling procedures are followed. Accredited laboratories should be used or where these are not available, prior notice should be given to the client.
Biological RemediationProviders must be capable and competent to deliver a remediation activity which can effectively render the scene of a biological agent release suitable for release back to the Contracting Authority. Biological material may include pathogenic bacteria, and/or spores, and/or biological toxins and viruses.
Biological waste management and disposalProviders must be capable and competent to collect, treat, identify suitable disposal options (for example, landfill or high temperature incineration) transport and facilitate final disposal in accordance with regulations and where appropriate guidance from regulators. Biological material may include pathogenic bacteria, and/or spores, and/or biological toxins and viruses.
Radiological and nuclear capabilities: source recovery, characterisation, remediation and waste managementRemediation and waste management * Pre-remediation characterisation * Remediation * Installation of remediation equipment * Supply of utilities * Conduct the remediation process * Waste management * Post-remediation monitoring, sampling and analysis Recovery and management of orphan radioactive sources, other radioactive items and wastes contaminated with radioactivity at the request of the Contracting Authorities. These include emergency services, Local Authorities, Government Departments, PHE/ UK HSA, the environment agencies (NRW, EA, SEPA, NIEA) and others. Required capabilities are as follows: * Characterisation * Radiological assessment * Recovery of radioactive materials from the scene or other temporary storage location * Remediation * Provision of safe, secure storage * Disposal of radioactive items and wastes
Emergency Disposal of Hazardous WasteThe Environment Agency as a Category 1 responder and is required to fulfil its obligations for emergency response under the Civil Contingencies Act 2004 for Environmental Incidents. To assist in an effective incident response, we require four contractors to provide 24/7 365 day a year emergency for response for the initial phase of an emergency incident.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02c32d
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/001489-2023
- 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
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
79723000 - Waste analysis services
90520000 - Radioactive-, toxic-, medical- and hazardous waste services
90521100 - Collection of radioactive waste
90523000 - Toxic waste disposal services except radioactive waste and contaminated soil
90524300 - Removal services of biological waste
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £1
Notice Dates
- Publication Date
- 18 Jan 20233 years ago
- Submission Deadline
- 19 Aug 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 2 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEFRA NETWORK ETENDERING PORTAL
- Contact Name
- Not specified
- Contact Email
- network.procurement@defra.gov.uk
- Contact Phone
- +44 2072385921
Buyer Location
- Locality
- LONDON
- Postcode
- SW1P 3JR
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
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-02c32d-2023-01-18T09:46:32Z",
"date": "2023-01-18T09:46:32Z",
"ocid": "ocds-h6vhtk-02c32d",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-02c32d",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "CBRN and Hazmat Incident Support Framework",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "90520000",
"description": "Radioactive-, toxic-, medical- and hazardous waste services"
},
"mainProcurementCategory": "services",
"description": "The Authority requires suppliers to the Framework for Chemical, Biological, Radiological and Nuclear (CBRN) and HazMat Remediation, to supply, transport, deploy and implement remediation and waste management service(s) for use by the Contracting Authority in a CBRN or HAZMAT incident.",
"lots": [
{
"id": "1",
"title": "Chemical Sampling, Analysis, and Monitoring",
"description": "Framework Providers shall be capable and competent to deliver characterisation sampling to establish and confirm the extent of chemical contamination; and/or post-remediation (clearance) sampling to confirm the effectiveness of the clean-up. Providers will be expected to have the capability to undertake the collection a wide range of environmental samples from indoor and outdoor environments including any specific handling requirements.",
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "cost",
"description": "80"
},
{
"name": "Commercial",
"type": "cost",
"description": "20"
}
]
}
},
{
"id": "2",
"title": "Chemical Remediation",
"description": "Providers must be capable and competent to deliver the activity required to render the scene of a chemical agent release suitable for return to the Contracting Authority. Chemical contamination may include toxic industrial chemicals such as industrial gases, organophosphate pesticides, herbicides, and chemical warfare agents which include nerve, blood and blister agents.",
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "cost",
"description": "80"
},
{
"name": "Commercial",
"type": "cost",
"description": "20"
}
]
}
},
{
"id": "3",
"title": "Chemical waste management and disposal",
"description": "Providers must be capable and competent to collect, package securely, treat, identify suitable disposal options (for example, landfill or high temperature incineration) transport and facilitate final disposal of the various waste streams in accordance with regulations and where appropriate guidance from regulators. Consideration must be given to the selection criteria e.g. cost v benefit analysis such as fast disposal of possibly contaminated waste compared to increased time scale of additional sampling to prove waste is harmless. Size reduction techniques should be considered if appropriate, along with the additional risk to remediation operatives compared to savings in time and/or cost with the disposal route.",
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "cost",
"description": "80"
},
{
"name": "Commercial",
"type": "cost",
"description": "20"
}
]
}
},
{
"id": "4",
"title": "Biological sampling, analysis and monitoring",
"description": "Providers must be capable and competent to deliver pre-remediation sampling and/or laboratory analysis to establish and confirm the extent of biological contamination; and/or post-remediation (clearance) sampling and/or analysis to confirm the effectiveness of the clean-up. Biological material may include pathogenic bacteria, and/or spores, and/or biological toxins and viruses. Providers providing this capability will be required to analyse or arrange the analysis of samples in accordance with recognised quality assurance schemes, ensuring auditable sampling procedures are followed. Accredited laboratories should be used or where these are not available, prior notice should be given to the client.",
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "cost",
"description": "80"
},
{
"name": "Commercial",
"type": "cost",
"description": "20"
}
]
}
},
{
"id": "5",
"title": "Biological Remediation",
"description": "Providers must be capable and competent to deliver a remediation activity which can effectively render the scene of a biological agent release suitable for release back to the Contracting Authority. Biological material may include pathogenic bacteria, and/or spores, and/or biological toxins and viruses.",
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "cost",
"description": "80"
},
{
"name": "Commercial",
"type": "cost",
"description": "20"
}
]
}
},
{
"id": "6",
"title": "Biological waste management and disposal",
"description": "Providers must be capable and competent to collect, treat, identify suitable disposal options (for example, landfill or high temperature incineration) transport and facilitate final disposal in accordance with regulations and where appropriate guidance from regulators. Biological material may include pathogenic bacteria, and/or spores, and/or biological toxins and viruses.",
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "cost",
"description": "80"
},
{
"name": "Commercial",
"type": "cost",
"description": "20"
}
]
}
},
{
"id": "7",
"title": "Radiological and nuclear capabilities: source recovery, characterisation, remediation and waste management",
"description": "Remediation and waste management * Pre-remediation characterisation * Remediation * Installation of remediation equipment * Supply of utilities * Conduct the remediation process * Waste management * Post-remediation monitoring, sampling and analysis Recovery and management of orphan radioactive sources, other radioactive items and wastes contaminated with radioactivity at the request of the Contracting Authorities. These include emergency services, Local Authorities, Government Departments, PHE/ UK HSA, the environment agencies (NRW, EA, SEPA, NIEA) and others. Required capabilities are as follows: * Characterisation * Radiological assessment * Recovery of radioactive materials from the scene or other temporary storage location * Remediation * Provision of safe, secure storage * Disposal of radioactive items and wastes",
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "cost",
"description": "80"
},
{
"name": "Commercial",
"type": "cost",
"description": "20"
}
]
}
},
{
"id": "8",
"title": "Emergency Disposal of Hazardous Waste",
"description": "The Environment Agency as a Category 1 responder and is required to fulfil its obligations for emergency response under the Civil Contingencies Act 2004 for Environmental Incidents. To assist in an effective incident response, we require four contractors to provide 24/7 365 day a year emergency for response for the initial phase of an emergency incident.",
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "cost",
"description": "80"
},
{
"name": "Commercial",
"type": "cost",
"description": "20"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79723000",
"description": "Waste analysis services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90523000",
"description": "Toxic waste disposal services except radioactive waste and contaminated soil"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90523000",
"description": "Toxic waste disposal services except radioactive waste and contaminated soil"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90524300",
"description": "Removal services of biological waste"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90524300",
"description": "Removal services of biological waste"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90524300",
"description": "Removal services of biological waste"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "6"
},
{
"id": "7",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90521100",
"description": "Collection of radioactive waste"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "7"
},
{
"id": "8",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90520000",
"description": "Radioactive-, toxic-, medical- and hazardous waste services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "8"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://defra.bravosolution.co.uk",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 20
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-08-19T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"awardPeriod": {
"startDate": "2021-08-20T12:00:00+01:00"
},
"bidOpening": {
"date": "2021-08-20T12:00:00+01:00"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-18730",
"name": "Defra Network eTendering Portal",
"identifier": {
"legalName": "Defra Network eTendering Portal"
},
"address": {
"streetAddress": "Nobel House",
"locality": "London",
"region": "UK",
"postalCode": "SW1P 3JR",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2072385921",
"email": "network.procurement@defra.gov.uk",
"url": "https://defra.bravosolution.co.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "05",
"description": "Environmental protection"
}
]
}
},
{
"id": "GB-FTS-92",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-33291",
"name": "Ambipar Response Ltd",
"identifier": {
"legalName": "Ambipar Response Ltd"
},
"address": {
"locality": "Crawley",
"region": "UKJ2",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-73034",
"name": "Ambipar response Ltd",
"identifier": {
"legalName": "Ambipar response Ltd"
},
"address": {
"locality": "Crawley",
"region": "UKJ2",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-73035",
"name": "Jacobs UK Ltd",
"identifier": {
"legalName": "Jacobs UK Ltd"
},
"address": {
"locality": "Warrington",
"region": "UKD6",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-73036",
"name": "Adler & Allan",
"identifier": {
"legalName": "Adler & Allan"
},
"address": {
"locality": "Harrogate",
"region": "UKE2",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-38191",
"name": "McQuillan Envirocare Ltd",
"identifier": {
"legalName": "McQuillan Envirocare Ltd"
},
"address": {
"locality": "Antrim",
"region": "UKN",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-73037",
"name": "Acumen Waste Services",
"identifier": {
"legalName": "Acumen Waste Services"
},
"address": {
"locality": "Knottingley",
"region": "UKE",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-73038",
"name": "Bioquell UK LTd",
"identifier": {
"legalName": "Bioquell UK LTd"
},
"address": {
"locality": "Andover",
"region": "UKJ3",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-18730",
"name": "Defra Network eTendering Portal"
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:318050-2020:TEXT:EN:HTML"
}
],
"language": "en",
"awards": [
{
"id": "001489-2023-1",
"relatedLots": [
"1"
],
"title": "Chemical Sampling, Analysis, and Monitoring",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-33291",
"name": "Ambipar Response Ltd"
},
{
"id": "GB-FTS-73036",
"name": "Adler & Allan"
},
{
"id": "GB-FTS-38191",
"name": "McQuillan Envirocare Ltd"
}
]
},
{
"id": "001489-2023-2",
"relatedLots": [
"2"
],
"title": "Chemical Remediation",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-33291",
"name": "Ambipar Response Ltd"
},
{
"id": "GB-FTS-73036",
"name": "Adler & Allan"
},
{
"id": "GB-FTS-38191",
"name": "McQuillan Envirocare Ltd"
}
]
},
{
"id": "001489-2023-3",
"relatedLots": [
"3"
],
"title": "Chemical waste management and disposal",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-33291",
"name": "Ambipar Response Ltd"
},
{
"id": "GB-FTS-73036",
"name": "Adler & Allan"
},
{
"id": "GB-FTS-38191",
"name": "McQuillan Envirocare Ltd"
},
{
"id": "GB-FTS-73037",
"name": "Acumen Waste Services"
}
]
},
{
"id": "001489-2023-4",
"relatedLots": [
"4"
],
"title": "Biological sampling, analysis and monitoring",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-73034",
"name": "Ambipar response Ltd"
}
]
},
{
"id": "001489-2023-5",
"relatedLots": [
"5"
],
"title": "Biological remediation",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-33291",
"name": "Ambipar Response Ltd"
},
{
"id": "GB-FTS-73038",
"name": "Bioquell UK LTd"
}
]
},
{
"id": "001489-2023-6",
"title": "Biological waste management and disposal",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-33291",
"name": "Ambipar Response Ltd"
},
{
"id": "GB-FTS-73037",
"name": "Acumen Waste Services"
}
]
},
{
"id": "001489-2023-7",
"relatedLots": [
"7"
],
"title": "Radiological and nuclear capabilities: source recovery, characterisation, remediation and waste management",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-73035",
"name": "Jacobs UK Ltd"
}
]
},
{
"id": "001489-2023-8",
"relatedLots": [
"8"
],
"title": "Environment Agency Emergency Requirements",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-33291",
"name": "Ambipar Response Ltd"
},
{
"id": "GB-FTS-73036",
"name": "Adler & Allan"
},
{
"id": "GB-FTS-73037",
"name": "Acumen Waste Services"
}
]
}
],
"contracts": [
{
"id": "001489-2023-1",
"awardID": "001489-2023-1",
"title": "Chemical Sampling, Analysis, and Monitoring",
"status": "active",
"value": {
"amount": 1,
"currency": "GBP"
},
"dateSigned": "2021-09-03T00:00:00+01:00"
},
{
"id": "001489-2023-2",
"awardID": "001489-2023-2",
"title": "Chemical Remediation",
"status": "active",
"value": {
"amount": 1,
"currency": "GBP"
},
"dateSigned": "2021-09-03T00:00:00+01:00"
},
{
"id": "001489-2023-3",
"awardID": "001489-2023-3",
"title": "Chemical waste management and disposal",
"status": "active",
"value": {
"amount": 1,
"currency": "GBP"
},
"dateSigned": "2021-09-03T00:00:00+01:00"
},
{
"id": "001489-2023-4",
"awardID": "001489-2023-4",
"title": "Biological sampling, analysis and monitoring",
"status": "active",
"value": {
"amount": 1,
"currency": "GBP"
},
"dateSigned": "2021-09-03T00:00:00+01:00"
},
{
"id": "001489-2023-5",
"awardID": "001489-2023-5",
"title": "Biological remediation",
"status": "active",
"value": {
"amount": 1,
"currency": "GBP"
},
"dateSigned": "2021-09-03T00:00:00+01:00"
},
{
"id": "001489-2023-6",
"awardID": "001489-2023-6",
"title": "Biological waste management and disposal",
"status": "active",
"value": {
"amount": 1,
"currency": "GBP"
},
"dateSigned": "2021-09-03T00:00:00+01:00"
},
{
"id": "001489-2023-7",
"awardID": "001489-2023-7",
"title": "Radiological and nuclear capabilities: source recovery, characterisation, remediation and waste management",
"status": "active",
"value": {
"amount": 1,
"currency": "GBP"
},
"dateSigned": "2021-09-03T00:00:00+01:00"
},
{
"id": "001489-2023-8",
"awardID": "001489-2023-8",
"title": "Environment Agency Emergency Requirements",
"status": "active",
"value": {
"amount": 1,
"currency": "GBP"
},
"dateSigned": "2021-09-03T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "3",
"measure": "bids",
"relatedLot": "2",
"value": 3
},
{
"id": "5",
"measure": "bids",
"relatedLot": "3",
"value": 4
},
{
"id": "7",
"measure": "bids",
"relatedLot": "4",
"value": 1
},
{
"id": "9",
"measure": "bids",
"relatedLot": "5",
"value": 2
},
{
"id": "11",
"measure": "bids",
"value": 2
},
{
"id": "13",
"measure": "bids",
"relatedLot": "7",
"value": 1
},
{
"id": "15",
"measure": "bids",
"relatedLot": "8",
"value": 3
},
{
"id": "2",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
},
{
"id": "4",
"measure": "electronicBids",
"relatedLot": "2",
"value": 3
},
{
"id": "6",
"measure": "electronicBids",
"relatedLot": "3",
"value": 4
},
{
"id": "8",
"measure": "electronicBids",
"relatedLot": "4",
"value": 1
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "5",
"value": 2
},
{
"id": "12",
"measure": "electronicBids",
"value": 2
},
{
"id": "14",
"measure": "electronicBids",
"relatedLot": "7",
"value": 1
},
{
"id": "16",
"measure": "electronicBids",
"relatedLot": "8",
"value": 3
}
]
}
}