Award

HCC 03/22 - Provision of Conceptual Design Services for the Watford to Croxley Link (W2CL)

HERTFORDSHIRE COUNTY COUNCIL

This public procurement record has 4 releases in its history.

TenderUpdate

30 Aug 2022 at 13:32

Award

30 Aug 2022 at 09:58

Tender

09 Mar 2022 at 17:50

Planning

05 Nov 2021 at 15:58

Summary of the contracting process

Hertfordshire County Council is currently seeking conceptual design services for the Watford to Croxley Link (W2CL). The Council aims to engage multiple suppliers to develop creative and feasible designs for potential mobility solutions, with a deadline for submission of the Selection Questionnaire. The Council intends to award the contract to up to 3 tenderers based on their creative yet deliverable designs.

This tender presents an opportunity for suppliers in the transport systems consultancy services sector to showcase their potential in developing innovative mobility solutions. Businesses capable of providing a range of mobility solutions, from concept to operation, would be well-suited for this project. The Council plans to award contracts to tenderers who demonstrate the highest score in the evaluation process, offering a contract value of up to £275,000 each for Stage 1, with potential additional values for Stage 2.

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

HCC 03/22 - Provision of Conceptual Design Services for the Watford to Croxley Link (W2CL)

Notice Description

Hertfordshire County Council (the 'Council') is currently out to procurement for the provision of Conceptual Design Services for the Watford To Croxley Link (W2CL)Through this tender process, the Council is seeking to engage multiple suppliers to concurrently and independently develop creative and feasible conceptual designs for potential mobility solutions for the W2CL. The Council is seeking to select suppliers based on their potential to generate a creative, but deliverable, viable and feasible conceptual design for the W2CL. The Council want to encourage suppliers that can develop a range of mobility solutions. Conceptual designs will need to propose solutions for each aspect of the W2CL, from the type of mobility solution to the way in which the network / route will be operatedIt is the Council's intention to award the Contract to up to 3 Tenderers who achieve the highest score following evaluation. The deadline for submission of completed Selection Questionnaire (SQ) is 1

Lot Information

Lot 1

BackgroundFollowing the cancellation of the Metropolitan Line Extension (MLX) project, and recent work considering alternatives to the MLX, there is a need to now develop a new project for the Watford to Croxley Link (W2CL) between Watford Junction and Croxley because the challenges that the MLX was intended to address remain. The Council are also developing options for a Mass Rapid Transit (MRT) project, called the HERT, and exploring potential for the Abbey Line through the Restoring Your Railway (RYR) fund. These together with new forms of mobility coming forward means that there is a need to develop potential concept designs and mobility solutions.Tender for Concept Design ServicesThrough this tender process, the Council is seeking to engage multiple suppliers to concurrently and independently develop creative and feasible conceptual designs for potential mobility solutions for the W2CL. The Council is seeking to select suppliers based on their potential to generate a creative, but deliverable, viable and feasible conceptual design for the W2CL. The Council want to encourage suppliers that can develop a range of mobility solutions. Conceptual designs will need to propose solutions for each aspect of the W2CL, from the type of mobility solution to the way in which the network / route will be operated. These solutions must achieve the objectives of the W2CL and comply with the W2CL Council Requirements. Suppliers will need to evidence how and why their proposed solutions achieve the W2CL Council Requirements, and demonstrate that collectively the solutions provide a complete, coherent and feasible concept which illustrates to the Council what a range of potential mobility solutions could be, how they can be delivered and how they could be operated.It is the Council's intention to award the Contract to up to 3 Tenderers who achieve the highest score following evaluation. Full details of this process are described in the Council Requirements Organisations wishing to take part in this project are invited to 'express interest' which will give access to the full procurement documents in the e-tendering system. Please see VI.3) Additional information for further information. Any questions relating to this procurement must be made via the correspondence area in the e-Tendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above.The estimated total value of the Contract is stated in II.1.5 of this notice Up to 3 tenderers will be awarded a Contract for Stage 1 at a value up to PS25,000.00 each. Up to 2 tenderers will then be taken forward to Stage 2 with the potential additional value of up to PS100,000.00 each.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02f446
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/024169-2022
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71000000 - Architectural, construction, engineering and inspection services

71240000 - Architectural, engineering and planning services

71311000 - Civil engineering consultancy services

71311200 - Transport systems consultancy services

71311300 - Infrastructure works consultancy services

71320000 - Engineering design services

71322000 - Engineering design services for the construction of civil engineering works

71322500 - Engineering-design services for traffic installations

Notice Value(s)

Tender Value
£275,000 £100K-£500K
Lots Value
£275,000 £100K-£500K
Awards Value
Not specified
Contracts Value
£275,000 £100K-£500K

Notice Dates

Publication Date
30 Aug 20223 years ago
Submission Deadline
22 Apr 2022Expired
Future Notice Date
5 Nov 2021Expired
Award Date
2 Aug 20223 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
HERTFORDSHIRE COUNTY COUNCIL
Contact Name
Strategic Procurement Group
Contact Email
evelyn.poulton@hertfordshire.gov.uk
Contact Phone
+44 01992556485

Buyer Location

Locality
HERTFORD
Postcode
SG13 8DE
Post Town
Stevenage
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH2 Bedfordshire and Hertfordshire
Small Region (ITL 3)
TLH26 North and East Hertfordshire
Delivery Location
TLH23 Hertfordshire CC

Local Authority
East Hertfordshire
Electoral Ward
Hertford Castle
Westminster Constituency
Hertford and Stortford

Supplier Information

Number of Suppliers
3
Supplier Names

ATKINS

SYSTRA

WOOD GROUP UK LIMITED TRADING AS WOOD ENVIRONMENT AND INFRASTRUCTURE

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-02f446-2022-08-30T14:32:05+01:00",
    "date": "2022-08-30T14:32:05+01:00",
    "ocid": "ocds-h6vhtk-02f446",
    "description": "Please note Hertfordshire County Council has worked closely with its districts and partners to create a joint procurement portal called supply Hertfordshire. This portal provides an e-Tendering system which is run by In-Tend.To access this procurement opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home and follow the on-screen guidance In accordance with Regulation 53 of The Public Contracts Regulations 2015, the Council's procurement documents are available within the e-Tendering system.This procurement process is a two stage process and you will only be invited to tender if you have been successful and shortlisted from the first stage, i.e. pre-qualification. If you wish to be considered you must complete and submit a completed Selection Questionnaire by the specified closing date and time. Submissions cannot be uploaded after this return deadline. Full guidance is provided in the Selection Questionnaire Explanatory Document.If you are experiencing problems In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: support@in-tend.co.uk or Telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8:30-17:00.The Council reserves the right at any time to cease the procurement process and not award a Contract or to award only part of the opportunity described in this notice. If the Council takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any organisation or tenderer as a result.The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council's obligations under the law including the Freedom of Information Act 2000. If the organisation considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request.The estimated total value of the Contract is stated in II.1.5) of this notice and is for the initial term. Up to 3 tenderers will be awarded a Contract for Stage 1 at a value up to PS25,000.00 each. Up to 2 tenderers will then be taken forward to Stage 2 with the potential additional value of up to PS100,000.00 each. The Contract Period for this Contract is dependant on the Designer passing through the Stage gate process for an initial period of up to 12 months. There is then an option to extend up to a further 4 years. Therefore, the maximum duration of this Contract could be 5 years. The Council reserves the right to carry out additional financial checks on all organisations bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet the Council's requirements and remain financially viable to fulfil the requirements under the Contract.",
    "initiationType": "tender",
    "tender": {
        "id": "2022/S 000-024116",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "HCC 03/22 - Provision of Conceptual Design Services for the Watford to Croxley Link (W2CL)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71311200",
            "description": "Transport systems consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "Hertfordshire County Council (the 'Council') is currently out to procurement for the provision of Conceptual Design Services for the Watford To Croxley Link (W2CL)Through this tender process, the Council is seeking to engage multiple suppliers to concurrently and independently develop creative and feasible conceptual designs for potential mobility solutions for the W2CL. The Council is seeking to select suppliers based on their potential to generate a creative, but deliverable, viable and feasible conceptual design for the W2CL. The Council want to encourage suppliers that can develop a range of mobility solutions. Conceptual designs will need to propose solutions for each aspect of the W2CL, from the type of mobility solution to the way in which the network / route will be operatedIt is the Council's intention to award the Contract to up to 3 Tenderers who achieve the highest score following evaluation. The deadline for submission of completed Selection Questionnaire (SQ) is 1",
        "lots": [
            {
                "id": "1",
                "description": "BackgroundFollowing the cancellation of the Metropolitan Line Extension (MLX) project, and recent work considering alternatives to the MLX, there is a need to now develop a new project for the Watford to Croxley Link (W2CL) between Watford Junction and Croxley because the challenges that the MLX was intended to address remain. The Council are also developing options for a Mass Rapid Transit (MRT) project, called the HERT, and exploring potential for the Abbey Line through the Restoring Your Railway (RYR) fund. These together with new forms of mobility coming forward means that there is a need to develop potential concept designs and mobility solutions.Tender for Concept Design ServicesThrough this tender process, the Council is seeking to engage multiple suppliers to concurrently and independently develop creative and feasible conceptual designs for potential mobility solutions for the W2CL. The Council is seeking to select suppliers based on their potential to generate a creative, but deliverable, viable and feasible conceptual design for the W2CL. The Council want to encourage suppliers that can develop a range of mobility solutions. Conceptual designs will need to propose solutions for each aspect of the W2CL, from the type of mobility solution to the way in which the network / route will be operated. These solutions must achieve the objectives of the W2CL and comply with the W2CL Council Requirements. Suppliers will need to evidence how and why their proposed solutions achieve the W2CL Council Requirements, and demonstrate that collectively the solutions provide a complete, coherent and feasible concept which illustrates to the Council what a range of potential mobility solutions could be, how they can be delivered and how they could be operated.It is the Council's intention to award the Contract to up to 3 Tenderers who achieve the highest score following evaluation. Full details of this process are described in the Council Requirements Organisations wishing to take part in this project are invited to 'express interest' which will give access to the full procurement documents in the e-tendering system. Please see VI.3) Additional information for further information. Any questions relating to this procurement must be made via the correspondence area in the e-Tendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above.The estimated total value of the Contract is stated in II.1.5 of this notice Up to 3 tenderers will be awarded a Contract for Stage 1 at a value up to PS25,000.00 each. Up to 2 tenderers will then be taken forward to Stage 2 with the potential additional value of up to PS100,000.00 each.",
                "status": "cancelled",
                "value": {
                    "amount": 275000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "80"
                        },
                        {
                            "type": "price",
                            "description": "20"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71311200",
                        "description": "Transport systems consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71240000",
                        "description": "Architectural, engineering and planning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311300",
                        "description": "Infrastructure works consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322500",
                        "description": "Engineering-design services for traffic installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH23"
                    },
                    {
                        "region": "UKH23"
                    },
                    {
                        "region": "UKH23"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2021-11-05T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "value": {
            "amount": 275000,
            "currency": "GBP"
        },
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2022-04-22T12:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2022-05-18T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "reviewDetails": "The Contracting Authority will incorporate a minimum 10 calendar day (when using electronic means) standstill period at the point information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Contract before a contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 ('Regulations') provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a Contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Contract has been entered into the court has the options to award damages and/or to shorten or order the Contract ineffective.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "Hertfordshire County Council (the 'Council') is currently out to procurement for the provision of Conceptual Design Services for the Watford To Croxley Link (W2CL)Through this tender process, the Council is seeking to engage multiple suppliers to concurrently and independently develop creative and feasible conceptual designs for potential mobility solutions for the W2CL. The Council is seeking to select suppliers based on their potential to generate a creative, but deliverable, viable and feasible conceptual design for the W2CL. The Council want to encourage suppliers that can develop a range of mobility solutions. Conceptual designs will need to propose solutions for each aspect of the W2CL, from the type of mobility solution to the way in which the network / route will be operatedIt is the Council's intention to award the Contract to up to 3 Tenderers who achieve the highest score following evaluation. The deadline for submission of completed Selection Questionnaire (SQ) is 1"
                        },
                        "newValue": {
                            "text": "This is an award notice and this opportunity is now closed. Hertfordshire County Council (the 'Council') went out to procurement for the provision of Conceptual Design Services for the Watford to Croxley Link (WC2L); this is now awarded, please refer to Section V. Award of contract."
                        },
                        "where": {
                            "section": "II",
                            "label": "II.1.4"
                        }
                    },
                    {
                        "oldValue": {
                            "text": "BackgroundFollowing the cancellation of the Metropolitan Line Extension (MLX) project, and recent work considering alternatives to the MLX, there is a need to now develop a new project for the Watford to Croxley Link (W2CL) between Watford Junction and Croxley because the challenges that the MLX was intended to address remain. The Council are also developing options for a Mass Rapid Transit (MRT) project, called the HERT, and exploring potential for the Abbey Line through the Restoring Your Railway (RYR) fund. These together with new forms of mobility coming forward means that there is a need to develop potential concept designs and mobility solutions.Tender for Concept Design ServicesThrough this tender process, the Council is seeking to engage multiple suppliers to concurrently and independently develop creative and feasible conceptual designs for potential mobility solutions for the W2CL. The Council is seeking to select suppliers based on their potential to generate a creative, but deliverable, viable and feasible conceptual design for the W2CL. The Council want to encourage suppliers that can develop a range of mobility solutions. Conceptual designs will need to propose solutions for each aspect of the W2CL, from the type of mobility solution to the way in which the network / route will be operated. These solutions must achieve the objectives of the W2CL and comply with the W2CL Council Requirements. Suppliers will need to evidence how and why their proposed solutions achieve the W2CL Council Requirements, and demonstrate that collectively the solutions provide a complete, coherent and feasible concept which illustrates to the Council what a range of potential mobility solutions could be, how they can be delivered and how they could be operated.It is the Council's intention to award the Contract to up to 3 Tenderers who achieve the highest score following evaluation. Full details of this process are described in the Council Requirements Organisations wishing to take part in this project are invited to 'express interest' which will give access to the full procurement documents in the e-tendering system. Please see VI.3) Additional information for further information. Any questions relating to this procurement must be made via the correspondence area in the e-Tendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above.The estimated total value of the Contract is stated in II.1.5 of this notice Up to 3 tenderers will be awarded a Contract for Stage 1 at a value up to PS25,000.00 each. Up to 2 tenderers will then be taken forward to Stage 2 with the potential additional value of up to PS100,000.00 each."
                        },
                        "newValue": {
                            "text": "This is an Award Notice and this opportunity is now closed. Hertfordshire County Council (the Council) went out to tender for the provision of Conceptual Design Services for the Watford To Croxley Link (W2CL) and have now awarded Three contracts as detailed in Section V) Award of Contract."
                        },
                        "where": {
                            "section": "II",
                            "label": "II.2.4"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-528",
            "name": "Hertfordshire County Council",
            "identifier": {
                "legalName": "Hertfordshire County Council"
            },
            "address": {
                "streetAddress": "Pegs Lane",
                "locality": "HERTFORD",
                "region": "UKH23",
                "postalCode": "SG13 8DE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Strategic Procurement Group",
                "telephone": "+44 01992556485",
                "email": "evelyn.poulton@hertfordshire.gov.uk",
                "url": "https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.hertfordshire.gov.uk",
                "buyerProfile": "https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-111",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 20794760000"
            },
            "roles": [
                "mediationBody"
            ]
        },
        {
            "id": "GB-FTS-46483",
            "name": "Chief Legal Officer",
            "identifier": {
                "legalName": "Chief Legal Officer"
            },
            "address": {
                "streetAddress": "Hertfordshire County Council County Hall",
                "locality": "Hertford",
                "postalCode": "SG13 8DE",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewContactPoint"
            ]
        },
        {
            "id": "GB-FTS-62482",
            "name": "Atkins Limited",
            "identifier": {
                "legalName": "Atkins Limited",
                "id": "688424"
            },
            "address": {
                "streetAddress": "Woodcote Grove, Ashley Road",
                "locality": "Epsom",
                "region": "UKJ2",
                "postalCode": "KT18 5BW",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-62483",
            "name": "SYSTRA Limited",
            "identifier": {
                "legalName": "SYSTRA Limited",
                "id": "03383212"
            },
            "address": {
                "streetAddress": "Third Floor, Carey Lane,",
                "locality": "London",
                "region": "UKI",
                "postalCode": "EC2V 8AE",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-62484",
            "name": "Wood Group UK Limited trading as Wood Environment and Infrastructure",
            "identifier": {
                "legalName": "Wood Group UK Limited trading as Wood Environment and Infrastructure",
                "id": "SC296737"
            },
            "address": {
                "streetAddress": "15 Justice Mill Lane,",
                "locality": "Aberdeen",
                "region": "UKM50",
                "postalCode": "AB11 6EQ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-528",
        "name": "Hertfordshire County Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "024116-2022-HCC2213638-1",
            "relatedLots": [
                "1"
            ],
            "title": "Provision of Conceptual Design Services for the Watford to Croxley Link (W2CL)",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-62482",
                    "name": "Atkins Limited"
                },
                {
                    "id": "GB-FTS-62483",
                    "name": "SYSTRA Limited"
                },
                {
                    "id": "GB-FTS-62484",
                    "name": "Wood Group UK Limited trading as Wood Environment and Infrastructure"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "024116-2022-HCC2213638-1",
            "awardID": "024116-2022-HCC2213638-1",
            "title": "Provision of Conceptual Design Services for the Watford to Croxley Link (W2CL)",
            "status": "active",
            "value": {
                "amount": 275000,
                "currency": "GBP"
            },
            "dateSigned": "2022-08-03T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 5
            }
        ]
    }
}