Award

KMCCD-011 Framework for the Provision of Mechanical and Electrical Consultancy Services

KIRKLEES COUNCIL

This public procurement record has 2 releases in its history.

Award

19 May 2022 at 08:56

Tender

27 Jan 2022 at 16:09

Summary of the contracting process

The Kirklees Council is seeking tenders for the "KMCCD-011 Framework for the Provision of Mechanical and Electrical Consultancy Services", focusing on engineering design services for mechanical and electrical installations in buildings. This procurement process, currently active, is classified under the services category. The deadline for submissions is set for 28 February 2022, at which point the bids will be opened. Notably, the estimated value of this contract is £225,000, with a maximum of four participants permitted under this open procurement method.

This tender represents a significant opportunity for small and medium enterprises (SMEs) as it aims to attract operators who can demonstrate relevant experience and financial stability. Businesses that specialise in mechanical and electrical consultancy services, including engineering design and project management, will be particularly well-suited to compete. The framework provides a platform for these businesses to secure contracts and grow within the public sector, leveraging their expertise in innovative engineering solutions and compliance with regulatory standards.

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

KMCCD-011 Framework for the Provision of Mechanical and Electrical Consultancy Services

Notice Description

Framework for the Provision of Mechanical and Electrical Consultancy Services

Lot Information

Lot 1

The Scope of Services for Mechanical and Electrical Consultancy Services shall comprise the following work elements: Mechanical Acoustical Design and Treatment in connection with the engineering services; Air Conditioning and Mechanical Ventilation Services; Boiler Plants and Auxiliaries; Building Energy Management Systems; HVAC Control Systems; Calorifier Plants; Cold Water Services; Cooling-Water Services; Pipework and Fittings; Fire Protection Services; Fuel Gas Incoming Supply and Distribution; Heating Installations; Hot Water Services; Public Health and Plumbing Services; Refrigeration Installations; Thermal Insulation; Vibration Control in connection with the engineering services; Water Treatment and Filtration; Kitchen (Commercial) Supply and Extract Installations; Renewable Technologies; Thermal Modelling Analysis; and Building Information Modelling (BIM) Electrical Incoming Electrical Supplies (New and Upgrading); LV Electrical Distribution Services; Electricity Lighting and Power Installations, including fittings; Standby and emergency lighting installations, including fittings; Fire Detection and Alarm Services or Power and Containment for Fire Detection and Alarm Services; Security system installations (intruder alarm, access control, Minor CCTV) or Power and Containment for Security System installations; External amenity lighting and floodlighting; Electrical power and containment for Mechanical Plant; Earthing and bonding systems; Structured cabling installations or containment for structured cabling installations (Voice, Data and Communications); Energy metering and monitoring systems; Public address, Personnel location and call services or Power and Containment for public address, Personnel location and call services (generally Assistance Call Systems in housing accommodation or PA systems in Market Halls); Telephone equipment or distribution services; Radio and television installations or Power and Containment for radio and television installations; Renewable Technologies; and Ancillary electrical items (Induction Loops, Soundfield systems and other facilities for disabilities)

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03102f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/013415-2022
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

71 - Architectural, construction, engineering and inspection services


CPV Codes

71314100 - Electrical services

71315200 - Building consultancy services

71315210 - Building services consultancy services

71321000 - Engineering design services for mechanical and electrical installations for buildings

71323100 - Electrical power systems design services

71333000 - Mechanical engineering services

71334000 - Mechanical and electrical engineering services

Notice Value(s)

Tender Value
£225,000 £100K-£500K
Lots Value
£225,000 £100K-£500K
Awards Value
Not specified
Contracts Value
£225,000 £100K-£500K

Notice Dates

Publication Date
19 May 20223 years ago
Submission Deadline
28 Feb 2022Expired
Future Notice Date
Not specified
Award Date
15 May 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
KIRKLEES COUNCIL
Contact Name
Corporate Procurement
Contact Email
procurement@kirklees.gov.uk
Contact Phone
+44 1484221000

Buyer Location

Locality
HUDDERSFIELD
Postcode
HD1 2TA
Post Town
Huddersfield
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE44 Calderdale and Kirklees
Delivery Location
TLE44 Calderdale and Kirklees

Local Authority
Kirklees
Electoral Ward
Newsome
Westminster Constituency
Huddersfield

Supplier Information

Number of Suppliers
4
Supplier Names

ECS CONSULTANTS

JCP CONSULTING ENGINEERS

NPS PROPERTY CONSULTANTS

RIDGE AND PARTNERS

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-03102f-2022-05-19T09:56:59+01:00",
    "date": "2022-05-19T09:56:59+01:00",
    "ocid": "ocds-h6vhtk-03102f",
    "description": "The contracting authority considers that this framework agreement may be suitable for economic operators that are small or medium enterprises ('SMEs'). However, any selection of economic operators will be based solely on the criteria set out for the procurement, and the framework agreement will be awarded to the most economically advantageous tenders on the basis of most economically advantageous tender. The procurement documentation can be found at: https://yortender.eu-supply.com",
    "initiationType": "tender",
    "tender": {
        "id": "KMCCD-011",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "KMCCD-011 Framework for the Provision of Mechanical and Electrical Consultancy Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71321000",
            "description": "Engineering design services for mechanical and electrical installations for buildings"
        },
        "mainProcurementCategory": "services",
        "description": "Framework for the Provision of Mechanical and Electrical Consultancy Services",
        "value": {
            "amount": 225000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Scope of Services for Mechanical and Electrical Consultancy Services shall comprise the following work elements: Mechanical Acoustical Design and Treatment in connection with the engineering services; Air Conditioning and Mechanical Ventilation Services; Boiler Plants and Auxiliaries; Building Energy Management Systems; HVAC Control Systems; Calorifier Plants; Cold Water Services; Cooling-Water Services; Pipework and Fittings; Fire Protection Services; Fuel Gas Incoming Supply and Distribution; Heating Installations; Hot Water Services; Public Health and Plumbing Services; Refrigeration Installations; Thermal Insulation; Vibration Control in connection with the engineering services; Water Treatment and Filtration; Kitchen (Commercial) Supply and Extract Installations; Renewable Technologies; Thermal Modelling Analysis; and Building Information Modelling (BIM) Electrical Incoming Electrical Supplies (New and Upgrading); LV Electrical Distribution Services; Electricity Lighting and Power Installations, including fittings; Standby and emergency lighting installations, including fittings; Fire Detection and Alarm Services or Power and Containment for Fire Detection and Alarm Services; Security system installations (intruder alarm, access control, Minor CCTV) or Power and Containment for Security System installations; External amenity lighting and floodlighting; Electrical power and containment for Mechanical Plant; Earthing and bonding systems; Structured cabling installations or containment for structured cabling installations (Voice, Data and Communications); Energy metering and monitoring systems; Public address, Personnel location and call services or Power and Containment for public address, Personnel location and call services (generally Assistance Call Systems in housing accommodation or PA systems in Market Halls); Telephone equipment or distribution services; Radio and television installations or Power and Containment for radio and television installations; Renewable Technologies; and Ancillary electrical items (Induction Loops, Soundfield systems and other facilities for disabilities)",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "1) Resourcing of an Electrical Project",
                            "type": "quality",
                            "description": "20%"
                        },
                        {
                            "name": "2) Resourcing of a Mechanical Project",
                            "type": "quality",
                            "description": "20%"
                        },
                        {
                            "name": "3) Provision of Documentation",
                            "type": "quality",
                            "description": "20%"
                        },
                        {
                            "type": "price",
                            "description": "40%"
                        }
                    ]
                },
                "value": {
                    "amount": 225000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71314100",
                        "description": "Electrical services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71315200",
                        "description": "Building consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71315210",
                        "description": "Building services consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71323100",
                        "description": "Electrical power systems design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71333000",
                        "description": "Mechanical engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71334000",
                        "description": "Mechanical and electrical engineering services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKE44"
                    },
                    {
                        "region": "UKE44"
                    }
                ],
                "deliveryLocation": {
                    "description": "Kirklees"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=42938&B=UK",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "In accordance with: (i) Article 57 to 60 of Directive 2014/24/EU of the European Parliament and of the European Council; and (ii) Regulations 57 to 60 of the Public Contracts 2015 (SI 2015/102) (the 'Regulations'),which require or permit the contracting authority not to select or to treat as ineligible, economic operators, the contracting authority reserves the right to exclude any economic operator whom they deem to not satisfy any criteria outlined within the scoring matrices contained within the standard selection questionnaire ('SQ') within the Tenderer Submission Documents which are available to download at: https://yortender.eu-supply.com or is available at the address set out in Sections I.1) and I.3) of this Notice above.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "See Section 4 of the SQ (available to download at: https://yortender.eu-supply.com). Economic operators must submit either a) copy of the audited accounts for the most recent two (2) years if requested. If it cannot, then it must provide either: b) a statement of the turnover, Profit and Loss Account/ Income Statement, Balance Sheet/ Statement of Financial Position and Statement of Cash Flow for the most recent year of trading for this organisation; c) a statement of the cash flow forecast for the current year and a bank letter outlining the current cash and credit position; or d) alternative means of demonstrating financial status if any of the above are not available (e.g. forecast of turnover for the current year and a statement of funding provided by the owners and/or the bank, charity accruals accounts or an alternative means of demonstrating financial status). Economic operators must also confirm whether or not they are part of a wider group (e.g. a subsidiary of a holding/parent company), and if so must provide confirmation of: a) the name of the organisation; b) the relationship to the economic operator completing the SQ; the organisation's company accounts (if available); and confirmation on whether or not this organisation would be willing to provide a guarantee if necessary, and if not would the economic operator be able to obtain a guarantee elsewhere (e.g. from a bank) Insurance - See Section 8.1 of the SQ (available to download at: https://yortender.eu-supply.com). Economic operators are asked to self-certify whether they already have, or can commit to obtain, prior to the commencement date of the Contract, the levels of insurance cover indicated below: a) Employer's (Compulsory) Liability Insurance PS10,000,000 (in relation to any one claim or series of claims); b) Public Liability Insurance PS10,000,000 (in relation to any one claim or series of claims); and d) Professional Indemnity/Negligence Insurance PS2,000,000 (in relation to any one claim or series of claims).",
                    "minimum": "Finance See Section 4 of the Selection Questionnaire (available to download at: https://yortender.eu-supply.com). The rationale applied will be economic operators being able to demonstrate an annual turnover of at least two (2) times the estimated annual value as outlined within the Tender Documents (PS75,000 is the estimated annual value therefore Suppliers will have to demonstrate an annual turnover of at least PS150,000.00) and a positive net worth. Failure by an economic operator to supply either a copy of the audited accounts for the most recent two (2) years or any one of the document listed in (a) - (c) in Section 4.1 of the SQ may also result in exclusion. Further, any answers which leads the contracting authority, acting reasonably, to conclude (considering the risk that the relevant answer suggests about the economic operator's ability to properly perform the Contract) that it would be inappropriate to select the economic operator on this occasion may result in exclusion. In addition, if an economic operator indicates in Section 5 of the SQ that its parent or holding company is prepared to guarantee the performance of the economic operator's company, the information provided in response to Sections 5.1 to 5.3 will be used in the financial assessment of the economic operator. Insurance - See 8.1 of the SQ (available to download at: https://yortender.eu-supply.com). Failure to indicate 'Yes' to any of the required insurances stated in Section 8.1 will result in exclusion.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Economic operators are asked to provide examples of relevant experience in accordance with the requirements set out within Section 6 of the SQ (available to download at: https://yortender.eu-supply.com).",
                    "minimum": "Relevant experience - See Section 6 of the SQ (available to download at: https://yortender.eu-supply.com). Pass - The Candidate has provided EITHER: a) at least one example of a previous contract that meets the minimum requirements set out in Section 6, and demonstrates to the reasonable satisfaction of the contracting authority that the economic operator possesses the relevant general technical expertise and professional experience to be entrusted with a Specific Contract from the Framework; OR b) a satisfactory reason as to why the economic operator is unable to provide any examples of previous contracts that are relevant to the contracting authority's requirements under the Contract, and that meets the minimum requirements set out in Section 6.3 of the SQ. HOWEVER, economic operators are asked to note that: c) If economic operators need to use more than one example to demonstrate that they possess the relevant general technical expertise and professional experience, they may do so up to a maximum of three (3) examples. d) The contracting authority reserves the right to confirm the accuracy of any information provided in response to Section 6 of the SQ with any named customer contact(s). Any replies from any named customer contact(s)which lead the contracting authority, acting reasonably, to doubt any significant representations made in the economic operator's responses to Section 6 may result in exclusion. Fail - The economic operator: a) has failed to provide any examples of any previous contracts in response to Section 6 of the SQ; AND b) has failed to provide a satisfactory reason as to why they were unable to provide any examples; c) the examples given in response to Section 6 of the SQ do not demonstrate to the reasonable satisfaction of the contracting authority that the economic operator possesses the relevant general technical expertise and professional experience to be entrusted with a Specific Contract from the Framework.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 4
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-02-28T13:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2022-02-28T13:00:00Z"
        },
        "bidOpening": {
            "date": "2022-02-28T13:00:00Z",
            "address": {
                "streetAddress": "Kirklees"
            },
            "description": "Open using Electronic Tendering portal record following the date and time above and recorded by a member of the Procurement Team unrelated to the Tender publication."
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "reviewDetails": "In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework), Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contracts Regulations 2015 (SI 2015/102), the contracting authority incorporated a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract was communicated to economic operators. This period allows any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award of the Contract to the successful economic operators. Such additional information should be requested from the address at Sections I.1 and I.3 of this Notice above. If an appeal regarding the award of the Contract has not been successfully resolved, then the Public Contracts Regulations 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are 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 started within thirty (30) days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had arisen. The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date. Where the Contract has not been awarded, 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 however the Contract has been awarded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the Contract to be ineffective."
    },
    "parties": [
        {
            "id": "GB-FTS-31787",
            "name": "Kirklees Council",
            "identifier": {
                "legalName": "Kirklees Council",
                "id": "GB184352457"
            },
            "address": {
                "streetAddress": "Town Hall,Ramsden Street,",
                "locality": "Huddersfield",
                "region": "UKE44",
                "postalCode": "HD1 2TA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Corporate Procurement",
                "telephone": "+44 1484221000",
                "email": "Procurement@Kirklees.gov.uk",
                "url": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=42938&B=UK"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.kirklees.gov.uk",
                "buyerProfile": "https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104104",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1715",
            "name": "High Court of England and Wales",
            "identifier": {
                "legalName": "High Court of England and Wales"
            },
            "address": {
                "locality": "N/A",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-53210",
            "name": "ECS Consultants Limited",
            "identifier": {
                "legalName": "ECS Consultants Limited",
                "id": "800312106"
            },
            "address": {
                "streetAddress": "148 Stockport Road, Cheadle",
                "locality": "Stockport",
                "region": "UKD3",
                "postalCode": "SK8 2DP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "ITT@ecs-ecs.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-53211",
            "name": "JCP Consulting Engineers Ltd",
            "identifier": {
                "legalName": "JCP Consulting Engineers Ltd",
                "id": "376307049"
            },
            "address": {
                "streetAddress": "1-2 Brenkley Way",
                "locality": "Newcastle Upon Tyne",
                "region": "UKC22",
                "postalCode": "NE13 6DS",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+441 2170888",
                "email": "philip.almond@jcpce.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.jcpce.com",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-53212",
            "name": "NPS Property Consultants Limited",
            "identifier": {
                "legalName": "NPS Property Consultants Limited",
                "id": "823853519"
            },
            "address": {
                "streetAddress": "280 Fifers Lane",
                "locality": "Norwich",
                "region": "UKH15",
                "postalCode": "NR6 6EQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1603894100",
                "email": "bids@nps.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.nps.co.uk",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-53213",
            "name": "Ridge and Partners LLP",
            "identifier": {
                "legalName": "Ridge and Partners LLP",
                "id": "OC309402"
            },
            "address": {
                "streetAddress": "The Cowyards, Blenheim Park, Oxford Road,",
                "locality": "Woodstock",
                "region": "UKJ14",
                "postalCode": "OX20 1QR",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "gdavidson@ridge.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-31787",
        "name": "Kirklees Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "013415-2022-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "KMCCD-011 Framework for the Provision of Mechanical and Electrical Consultancy Services",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-53210",
                    "name": "ECS Consultants Limited"
                }
            ]
        },
        {
            "id": "013415-2022-2-2",
            "relatedLots": [
                "1"
            ],
            "title": "KMCCD-011 Framework for the Provision of Mechanical and Electrical Consultancy Services",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-53211",
                    "name": "JCP Consulting Engineers Ltd"
                }
            ]
        },
        {
            "id": "013415-2022-3-3",
            "relatedLots": [
                "1"
            ],
            "title": "KMCCD-011 Framework for the Provision of Mechanical and Electrical Consultancy Services",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-53212",
                    "name": "NPS Property Consultants Limited"
                }
            ]
        },
        {
            "id": "013415-2022-4-4",
            "relatedLots": [
                "1"
            ],
            "title": "KMCCD-011 Framework for the Provision of Mechanical and Electrical Consultancy Services",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-53213",
                    "name": "Ridge and Partners LLP"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "013415-2022-1-1",
            "awardID": "013415-2022-1-1",
            "title": "KMCCD-011 Framework for the Provision of Mechanical and Electrical Consultancy Services",
            "status": "active",
            "value": {
                "amount": 225000,
                "currency": "GBP"
            },
            "dateSigned": "2022-05-16T00:00:00+01:00"
        },
        {
            "id": "013415-2022-2-2",
            "awardID": "013415-2022-2-2",
            "title": "KMCCD-011 Framework for the Provision of Mechanical and Electrical Consultancy Services",
            "status": "active",
            "value": {
                "amount": 225000,
                "currency": "GBP"
            },
            "dateSigned": "2022-05-16T00:00:00+01:00"
        },
        {
            "id": "013415-2022-3-3",
            "awardID": "013415-2022-3-3",
            "title": "KMCCD-011 Framework for the Provision of Mechanical and Electrical Consultancy Services",
            "status": "active",
            "value": {
                "amount": 225000,
                "currency": "GBP"
            },
            "dateSigned": "2022-05-16T00:00:00+01:00"
        },
        {
            "id": "013415-2022-4-4",
            "awardID": "013415-2022-4-4",
            "title": "KMCCD-011 Framework for the Provision of Mechanical and Electrical Consultancy Services",
            "status": "active",
            "value": {
                "amount": 225000,
                "currency": "GBP"
            },
            "dateSigned": "2022-05-16T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "4",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "7",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "10",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "5",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "8",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "11",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "3",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "6",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "9",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "12",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            }
        ]
    }
}