Notice Information
Notice Title
PLACE025. Provision and Operation of Waste Transfer Stations and the Disposal of Waste
Notice Description
The Waste Transfer Station Contract is split into 3 separate Lots as follows. More details are given within the Introductory Description as part of the Procurement pack The provision of WTS Services is indicatively set to commence at the start of October 2022 (indicatively 03/10/2022).The proposed contract period for all Lots is for an initial 2 year term with the option to extend for multiple periods of 1 year up to a total contract term of 5 years i.e. 2+1+1+1
Lot Information
Clover Nook WTS and all disposal
The Contractor will be responsible for: * the management of the Clover Nook WTS * the receipt and bulking up of WCA delivered wastes Clover Nook WTS * the collection of WCA delivered wastes from the Lot 2 contractor and Lot 3 contractor nominated WTS. * the collection of WCA delivered wastes, and HWRC residual waste from the Waterswallows WTS. * the disposal of all waste arising at Clover Nook, Waterswallows WTS and all Lot 2 and Lot 3 contractor nominated WTS. The Councils will favour a solution that maximises recycling and diversion from landfill. The Lot 1 Contractor will not be permitted to landfill more than [15%] of Contract Waste. Bidders are invited to improve on this minimum standard in their bid backs. The Waterswallows WTS receives residual wastes from the adjacent HWRC. These tonnages are included in reported residual waste tonnages for Waterswallows WTS. The Waterswallows WTS is currently not permitted to receive hazardous wastes which is why High Peak Borough Council direct deliver their hazardous wastes into the incinerator at Oldham. The County has engaged Suez to amend the permit to receive such wastes. The County intend that the permit will be amended to receive such wastes by the Services Commencement Date. The Lot 2 contractor may, for up to 5,000 tonnes, propose Reception Points that are within 10 miles (by classified roads) of the northern boundaries of the districts of North East Derbyshire and/or Bolsover that enable direct delivery to waste treatment facilities. Any such wastes will not therefore be the responsibility of the Lot 1 Contractor with regards to the disposal of this waste.
Options: Following the initial contract period of 2 years, there is an option to extend for multiple periods of 1 year up to a total contract term of 5 years i.e. 2+1+1+1
Renewal: The proposed contract period for this Lot is for an initial 2 year term with the option to extend for multiple periods of 1 year up to a total contract term of 5 years i.e. 2+1+1+1
Chesterfield TLS operation onlyThe Lot 2 Contractor will be responsible for providing WTS capacity in the region of 60,000 tonnes per annum. This can be provided using a single WTS within Chesterfield Borough Council or within 5 miles of the Chesterfield Borough Council boundary. The provision of a single WTS within this area will be a compliant solution. However, Bidders are also able to provide a compliant solution comprising a combination of WTSs and Treatment facilities, providing that: * At least one WTS capable of receiving 40,000 tonnes per annum is in or within 5 miles of the boundary of the Borough of Chesterfield. * Any additional facilities are located in the northern areas of North East Derbyshire District Council or Bolsover District Council or * within 10 miles (by classified roads) of the District Councils boundaries set within the blue box in Figure 1 below. Such facilities should be for the receipt and disposal of no more than 5,000 tonnes of waste from the most northerly communities of North East Derbyshire District Council or Bolsover District Councils Where a Bidder is unable to propose a facility that can receive hazardous waste, the Bidder should make this clear within dialogue. The Councils will consider permitting the Lot 2 Contractor to nominate Clover Nook WTS as their proposed WTS for hazardous waste. This approach will be confirmed through dialogue. Where a Bidder is unable to propose facilities that can receive the additional waste in excess of circa [45,000], the Bidder should make this clear within dialogue. The Councils will consider permitting the Lot 2 Contractor to nominate Clover Nook WTS as an alternative WTS. This approach will be confirmed through dialogue.
Options: Following the initial contract period of 2 years, there is an option to extend for multiple periods of 1 year up to a total contract term of 5 years i.e. 2+1+1+1
Renewal: The proposed contract period for this Lot is for an initial 2 year term with the option to extend for multiple periods of 1 year up to a total contract term of 5 years i.e. 2+1+1+1
Derby, Stanton and Wilshees operation onlyThe Lot 3 Contractor will be responsible for providing WTS capacity in excess of 110,000 tonnes per annum. This could be provided using a single WTS capable of receiving all waste streams (including hazardous waste) within the boundary of Derby City Council. However, the County is currently able to provide Erewash Borough Council and South East Derbyshire District Councils with tipping locations that are in, or close to their boundaries. The County would wish to retain this provision, providing it remained cost effective to do so. Therefore, the Lot 3 Contractor could enhance their solution by providing additional (one or more) WTSs for the receipt of WCA delivered waste within: * the boundary of the Borough of Erewash; and/or * 10 (ten) miles of the town of Swadlincote
Options: Following the initial contract period of 2 years, there is an option to extend for multiple periods of 1 year up to a total contract term of 5 years i.e. 2+1+1+1
Renewal: The proposed contract period for this Lot is for an initial 2 year term with the option to extend for multiple periods of 1 year up to a total contract term of 5 years i.e. 2+1+1+1
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02f2be
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/019855-2022
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive dialogue
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
90510000 - Refuse disposal and treatment
90512000 - Refuse transport services
90514000 - Refuse recycling services
90530000 - Operation of a refuse site
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- £175,500,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £171,000,000 £100M-£1B
Notice Dates
- Publication Date
- 21 Jul 20223 years ago
- Submission Deadline
- 26 Nov 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 21 Jun 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- The proposed contract period for all Lots is for an initial 2 year term with the option to extend for multiple periods of 1 year up to a total contract term of 5 years i.e. 2+1+1+1
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DERBYSHIRE COUNTY COUNCIL
- Additional Buyers
- Contact Name
- Linda Spiby, Mr Tim Dence
- Contact Email
- linda.spiby@derby.gov.uk, tim.dence@derbyshire.gov.uk
- Contact Phone
- +44 1629532200
Buyer Location
- Locality
- MATLOCK
- Postcode
- DE4 3FW
- Post Town
- Derby
- Country
- England
-
- Major Region (ITL 1)
- TLF East Midlands (England)
- Basic Region (ITL 2)
- TLF1 Derbyshire and Nottinghamshire
- Small Region (ITL 3)
- TLF11 Derby
- Delivery Location
- TLF1 Derbyshire and Nottinghamshire
-
- Local Authority
- Derby
- Electoral Ward
- Darley
- Westminster Constituency
- Derby South
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-02f2be-2022-07-21T10:44:57+01:00",
"date": "2022-07-21T10:44:57+01:00",
"ocid": "ocds-h6vhtk-02f2be",
"initiationType": "tender",
"tender": {
"id": "DN572844",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "PLACE025. Provision and Operation of Waste Transfer Stations and the Disposal of Waste",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "90510000",
"description": "Refuse disposal and treatment"
},
"mainProcurementCategory": "services",
"description": "The Waste Transfer Station Contract is split into 3 separate Lots as follows. More details are given within the Introductory Description as part of the Procurement pack The provision of WTS Services is indicatively set to commence at the start of October 2022 (indicatively 03/10/2022).The proposed contract period for all Lots is for an initial 2 year term with the option to extend for multiple periods of 1 year up to a total contract term of 5 years i.e. 2+1+1+1",
"lotDetails": {
"maximumLotsAwardedPerSupplier": 3
},
"lots": [
{
"id": "1",
"title": "Clover Nook WTS and all disposal",
"description": "The Contractor will be responsible for: * the management of the Clover Nook WTS * the receipt and bulking up of WCA delivered wastes Clover Nook WTS * the collection of WCA delivered wastes from the Lot 2 contractor and Lot 3 contractor nominated WTS. * the collection of WCA delivered wastes, and HWRC residual waste from the Waterswallows WTS. * the disposal of all waste arising at Clover Nook, Waterswallows WTS and all Lot 2 and Lot 3 contractor nominated WTS. The Councils will favour a solution that maximises recycling and diversion from landfill. The Lot 1 Contractor will not be permitted to landfill more than [15%] of Contract Waste. Bidders are invited to improve on this minimum standard in their bid backs. The Waterswallows WTS receives residual wastes from the adjacent HWRC. These tonnages are included in reported residual waste tonnages for Waterswallows WTS. The Waterswallows WTS is currently not permitted to receive hazardous wastes which is why High Peak Borough Council direct deliver their hazardous wastes into the incinerator at Oldham. The County has engaged Suez to amend the permit to receive such wastes. The County intend that the permit will be amended to receive such wastes by the Services Commencement Date. The Lot 2 contractor may, for up to 5,000 tonnes, propose Reception Points that are within 10 miles (by classified roads) of the northern boundaries of the districts of North East Derbyshire and/or Bolsover that enable direct delivery to waste treatment facilities. Any such wastes will not therefore be the responsibility of the Lot 1 Contractor with regards to the disposal of this waste.",
"value": {
"amount": 150000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "The proposed contract period for this Lot is for an initial 2 year term with the option to extend for multiple periods of 1 year up to a total contract term of 5 years i.e. 2+1+1+1"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Following the initial contract period of 2 years, there is an option to extend for multiple periods of 1 year up to a total contract term of 5 years i.e. 2+1+1+1"
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
}
},
{
"id": "2",
"title": "Chesterfield TLS operation only",
"description": "The Lot 2 Contractor will be responsible for providing WTS capacity in the region of 60,000 tonnes per annum. This can be provided using a single WTS within Chesterfield Borough Council or within 5 miles of the Chesterfield Borough Council boundary. The provision of a single WTS within this area will be a compliant solution. However, Bidders are also able to provide a compliant solution comprising a combination of WTSs and Treatment facilities, providing that: * At least one WTS capable of receiving 40,000 tonnes per annum is in or within 5 miles of the boundary of the Borough of Chesterfield. * Any additional facilities are located in the northern areas of North East Derbyshire District Council or Bolsover District Council or * within 10 miles (by classified roads) of the District Councils boundaries set within the blue box in Figure 1 below. Such facilities should be for the receipt and disposal of no more than 5,000 tonnes of waste from the most northerly communities of North East Derbyshire District Council or Bolsover District Councils Where a Bidder is unable to propose a facility that can receive hazardous waste, the Bidder should make this clear within dialogue. The Councils will consider permitting the Lot 2 Contractor to nominate Clover Nook WTS as their proposed WTS for hazardous waste. This approach will be confirmed through dialogue. Where a Bidder is unable to propose facilities that can receive the additional waste in excess of circa [45,000], the Bidder should make this clear within dialogue. The Councils will consider permitting the Lot 2 Contractor to nominate Clover Nook WTS as an alternative WTS. This approach will be confirmed through dialogue.",
"value": {
"amount": 8500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "The proposed contract period for this Lot is for an initial 2 year term with the option to extend for multiple periods of 1 year up to a total contract term of 5 years i.e. 2+1+1+1"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Following the initial contract period of 2 years, there is an option to extend for multiple periods of 1 year up to a total contract term of 5 years i.e. 2+1+1+1"
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
}
},
{
"id": "3",
"title": "Derby, Stanton and Wilshees operation only",
"description": "The Lot 3 Contractor will be responsible for providing WTS capacity in excess of 110,000 tonnes per annum. This could be provided using a single WTS capable of receiving all waste streams (including hazardous waste) within the boundary of Derby City Council. However, the County is currently able to provide Erewash Borough Council and South East Derbyshire District Councils with tipping locations that are in, or close to their boundaries. The County would wish to retain this provision, providing it remained cost effective to do so. Therefore, the Lot 3 Contractor could enhance their solution by providing additional (one or more) WTSs for the receipt of WCA delivered waste within: * the boundary of the Borough of Erewash; and/or * 10 (ten) miles of the town of Swadlincote",
"value": {
"amount": 17000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "The proposed contract period for this Lot is for an initial 2 year term with the option to extend for multiple periods of 1 year up to a total contract term of 5 years i.e. 2+1+1+1"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Following the initial contract period of 2 years, there is an option to extend for multiple periods of 1 year up to a total contract term of 5 years i.e. 2+1+1+1"
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90512000",
"description": "Refuse transport services"
},
{
"scheme": "CPV",
"id": "90514000",
"description": "Refuse recycling services"
},
{
"scheme": "CPV",
"id": "90530000",
"description": "Operation of a refuse site"
}
],
"deliveryAddresses": [
{
"region": "UKF1"
},
{
"region": "UKF1"
},
{
"region": "UKF1"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90530000",
"description": "Operation of a refuse site"
}
],
"deliveryAddresses": [
{
"region": "UKF1"
},
{
"region": "UKF1"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90530000",
"description": "Operation of a refuse site"
}
],
"deliveryAddresses": [
{
"region": "UKF1"
},
{
"region": "UKF1"
}
],
"relatedLot": "3"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com/Advert?advertId=3142c107-e63b-ec11-810e-005056b64545&fromProjectDashboard=True",
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive dialogue",
"tenderPeriod": {
"endDate": "2021-11-26T11:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": true,
"recurrence": {
"description": "The proposed contract period for all Lots is for an initial 2 year term with the option to extend for multiple periods of 1 year up to a total contract term of 5 years i.e. 2+1+1+1"
}
},
"parties": [
{
"id": "GB-FTS-127",
"name": "Derbyshire County Council",
"identifier": {
"legalName": "Derbyshire County Council"
},
"address": {
"streetAddress": "Chatsworth Hall",
"locality": "Matlock",
"region": "UKF1",
"postalCode": "DE4 3FW",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr Tim Dence",
"telephone": "+44 1629532200",
"email": "tim.dence@derbyshire.gov.uk",
"url": "https://procontract.due-north.com/Advert?advertId=3142c107-e63b-ec11-810e-005056b64545&fromProjectDashboard=True"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.derbyshire.gov.uk/",
"buyerProfile": "http://www.derbyshire.gov.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-33422",
"name": "Derby City Council",
"identifier": {
"legalName": "Derby City Council"
},
"address": {
"streetAddress": "Council House Corperation Street",
"locality": "Derby",
"region": "UKF1",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "tim.dence@derbyshire.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.derby.gov.uk/"
}
},
{
"id": "GB-FTS-33423",
"name": "Derbyshire County Council",
"identifier": {
"legalName": "Derbyshire County Council"
},
"address": {
"locality": "Derbyshire",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.derbyshire.gov.uk"
}
},
{
"id": "GB-FTS-59381",
"name": "Derby City Council",
"identifier": {
"legalName": "Derby City Council"
},
"address": {
"streetAddress": "Corportion Street",
"locality": "Derby",
"region": "UKF1",
"postalCode": "DE1 2FS",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Linda Spiby",
"email": "linda.spiby@derby.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.derby.gov.uk"
}
},
{
"id": "GB-FTS-59382",
"name": "HW Martin limited",
"identifier": {
"legalName": "HW Martin limited"
},
"address": {
"streetAddress": "Clover Nook Road",
"locality": "Alfreton",
"region": "UKF1",
"postalCode": "DE55 4RF",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-59383",
"name": "Derbyshire County Council",
"identifier": {
"legalName": "Derbyshire County Council"
},
"address": {
"streetAddress": "PO Box 2 County Hall, Matlock",
"locality": "Matlock",
"postalCode": "DE4 3AH",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-36958",
"name": "Derby City Council",
"identifier": {
"legalName": "Derby City Council"
},
"address": {
"streetAddress": "Corporation Street",
"locality": "Derby",
"region": "UKF1",
"postalCode": "DE1 2FS",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Linda Spiby",
"email": "linda.spiby@derby.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.derby.gov.uk"
}
},
{
"id": "GB-FTS-59454",
"name": "Associated Waste Management Limited",
"identifier": {
"legalName": "Associated Waste Management Limited"
},
"address": {
"streetAddress": "Gelderd Road",
"locality": "Leeds",
"region": "UKF1",
"postalCode": "LS27 7NA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-59455",
"name": "FCC Waste Services (UK) Limited",
"identifier": {
"legalName": "FCC Waste Services (UK) Limited"
},
"address": {
"streetAddress": "Northampton Business Park",
"locality": "Northampton",
"region": "UKF1",
"postalCode": "NN4 7RG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-59456",
"name": "Derbyshire County Council",
"identifier": {
"legalName": "Derbyshire County Council"
},
"address": {
"streetAddress": "PO Box 2 County Hall",
"locality": "Matlock",
"postalCode": "DE3 3AH",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-127",
"name": "Derbyshire County Council"
},
"language": "en",
"awards": [
{
"id": "019790-2022-ETE079-1",
"relatedLots": [
"1"
],
"title": "ETE079 - Provision of Household Waste Recycling Centre Management Services and the Supply of Goods",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-59382",
"name": "HW Martin limited"
}
]
},
{
"id": "019855-2022-PLACE025-1",
"relatedLots": [
"1"
],
"title": "PLACE025. Provision and Operation of Waste Transfer Stations and the Disposal of Waste",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-59454",
"name": "Associated Waste Management Limited"
}
]
},
{
"id": "019855-2022-PLACE025-2",
"relatedLots": [
"2"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-59455",
"name": "FCC Waste Services (UK) Limited"
}
]
},
{
"id": "019855-2022-PLACE025-3",
"relatedLots": [
"3"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-59455",
"name": "FCC Waste Services (UK) Limited"
}
]
}
],
"contracts": [
{
"id": "019790-2022-ETE079-1",
"awardID": "019790-2022-ETE079-1",
"title": "ETE079 - Provision of Household Waste Recycling Centre Management Services and the Supply of Goods",
"status": "active",
"dateSigned": "2022-06-22T00:00:00+01:00"
},
{
"id": "019855-2022-PLACE025-1",
"awardID": "019855-2022-PLACE025-1",
"title": "PLACE025. Provision and Operation of Waste Transfer Stations and the Disposal of Waste",
"status": "active",
"value": {
"amount": 145500000,
"currency": "GBP"
},
"dateSigned": "2022-06-22T00:00:00+01:00"
},
{
"id": "019855-2022-PLACE025-2",
"awardID": "019855-2022-PLACE025-2",
"status": "active",
"value": {
"amount": 8500000,
"currency": "GBP"
},
"dateSigned": "2022-06-22T00:00:00+01:00"
},
{
"id": "019855-2022-PLACE025-3",
"awardID": "019855-2022-PLACE025-3",
"status": "active",
"value": {
"amount": 17000000,
"currency": "GBP"
},
"dateSigned": "2022-06-22T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "5",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "6",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "7",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "9",
"measure": "electronicBids",
"relatedLot": "1",
"value": 1
},
{
"id": "3",
"measure": "lowestValidBidValue",
"relatedLot": "1",
"value": 65000000,
"currency": "GBP"
},
{
"id": "4",
"measure": "highestValidBidValue",
"relatedLot": "1",
"value": 70000000,
"currency": "GBP"
},
{
"id": "1",
"measure": "lowestValidBidValue",
"value": 65000000,
"currency": "GBP"
},
{
"id": "2",
"measure": "highestValidBidValue",
"value": 70000000,
"currency": "GBP"
},
{
"id": "10",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "15",
"measure": "bids",
"relatedLot": "2",
"value": 1
},
{
"id": "20",
"measure": "bids",
"relatedLot": "3",
"value": 2
},
{
"id": "11",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "16",
"measure": "smeBids",
"relatedLot": "2",
"value": 0
},
{
"id": "21",
"measure": "smeBids",
"relatedLot": "3",
"value": 1
},
{
"id": "12",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "17",
"measure": "foreignBidsFromEU",
"relatedLot": "2",
"value": 0
},
{
"id": "22",
"measure": "foreignBidsFromEU",
"relatedLot": "3",
"value": 0
},
{
"id": "13",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "18",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 0
},
{
"id": "23",
"measure": "foreignBidsFromNonEU",
"relatedLot": "3",
"value": 0
},
{
"id": "14",
"measure": "electronicBids",
"relatedLot": "1",
"value": 1
},
{
"id": "19",
"measure": "electronicBids",
"relatedLot": "2",
"value": 1
},
{
"id": "24",
"measure": "electronicBids",
"relatedLot": "3",
"value": 2
}
]
}
}