Award

Southern Integrated Delivery (SID) - Signalling and Track

NETWORK RAIL INFRASTRUCTURE LTD

This public procurement record has 4 releases in its history.

TenderUpdate

06 Apr 2023 at 14:24

Award

17 Mar 2023 at 16:16

TenderUpdate

03 Feb 2022 at 22:45

Tender

31 Jan 2022 at 22:45

Summary of the contracting process

Network Rail Infrastructure Ltd has initiated a procurement process for the Southern Integrated Delivery (SID) – Signalling and Track project. This project aims to deliver the Control Period 7 (CP7) and potentially CP8 renewals portfolio. The scope includes development, design, manufacture, supply, installation, and testing of railway assets in Kent, Sussex, and Wessex routes. The SID agreement will run for 10 years starting from April 2024, covering Signalling (Lot 3) and Track (Lot 4) works. The procurement method is selective, using a negotiated procedure with prior competition. Key dates include a development phase agreement scheduled from January 2023 to April 2024.

This tender presents a significant opportunity for businesses in the construction industry, particularly those specialised in railway works. Companies capable of handling complex projects, such as management and delivery of signalling and track works, will be well-suited to compete. The procurement process allows for the appointment of Business Partners under the SID project, offering potential for long-term collaboration and growth opportunities. Businesses interested in infrastructure and construction projects within the railway sector should consider engaging with Network Rail Infrastructure Ltd to explore potential partnerships and contracts within the Southern Integrated Delivery framework.

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

Southern Integrated Delivery (SID) - Signalling and Track

Notice Description

Network Rail has carried out a procurement exercise to award the CP7 Southern Integrated Delivery (SID) agreement to deliver our Control Period 7 (CP7) and potentially CP8 renewals portfolio. The SID will be a fully integrated team based on 'Project 13' principles comprising all categories of railway assets: Signalling, Track, Buildings & Civils (B&C), Electrification and Plant (E&P) and Minor Works. The scope includes the following items: development, design, manufacture, supply, installation, integration, testing and commissioning of the Southern renewals work bank. These works will be undertaken on Kent, Sussex and Wessex routes, and will primarily be focused on the delivery of the renewals portfolio, however options will be included to enable enhancements also to be delivered, subject to capacity and where the SID is considered the optimum procurement route. This notice covers the appointment of the Signalling (Lot 3) and Track (Lot 4) lots, where all appointed Business Partners within the SID have initially signed into a development phase agreement, scheduled from February 2023 to April 2024. The main SID agreement will be 10 years in duration (April 2024 -March 2034) and will commence in CP7 with the inclusion of a break clause prior to the commencement of CP8.

Lot Information

Lot 3 - Signalling

Management and Delivery of Signalling works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes, and will primarily be focused on the delivery of the renewals portfolio, however options will be included to enable enhancements also to be delivered, subject to capacity and where the SID is considered the optimum procurement route. The Signalling Integrator Business Partner will be required to undertake, without technical bias or conflict of interest and with a view to achieving the aims and implementing the remedies set out in the ORR's recent market study into the supply of signalling systems: * Early-stage development including all work types (renewals and refurbishment) typically GRIP 1 to 3 * Detailed design, construction and commissioning of all work types (GRIP 4 to 8) including targeted Interventions, Level Crossings and telecommunications associated with the signalling works, with the exception of major renewals as described below - which will be undertaken by Original Equipment Manufacturers (OEM) providers appointed within the Eco-system * Manage, coordinate and oversee the delivery for all appointed Eco-System OEM providers - who will be remitted to undertake major Signalling renewals, typically ReSignalling, Re-lock, Re-control and ETCS schemes (typically GRIP 4 to 8 works, however where considered the optimum delivery strategy, the OEM may be appointed during the development phase) * Advise on and oversee procurement activities (including competitive tenders) on behalf of Network Rail for the supply of signalling systems and equipment. * Self-delivery of mid-size schemes/asset-life extension works.

Options: There is an inclusion of a break clause prior to the commencement of CP8. The option to enact the break clause for Control Period 8 (CP8) will be subject to performance at the time.

Lot 4 - Track

Management and Delivery of Track works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes, and will primarily be focused on the delivery of the renewals portfolio, however options will be included to enable enhancements also to be delivered, subject to capacity and where the SID is considered the optimum procurement route. The scope will cover the site investigation, survey, design, planning and installation of track works, including the renewal, removal, refurbishment or new installation of plain line track, track drainage or switches and crossings by whatever means. This is including, but not limited to, the following associated track work items: Re-alignment, lifting and lowering of track, 3rd Rail, Remote condition monitoring, removal, replacement or new installation of lineside plant such as rail lubricators, fencing and rail crossings - road, access and pedestrian crossings, civils associated with these activities; cabinet bases, walkways, troughing routes, under track crossings, platform works. This scope also includes the following standalone items, i.e. not in association with track works: Track drainage renewal, removal, refurbishment or new installation, track bed stabilisation - works to track formation and sub-structure, rail crossings - road, access and pedestrian crossings and associated minor signalling and telecoms work.

Options: There is an inclusion of a break clause prior to the commencement of CP8. The option to enact the break clause for Control Period 8 (CP8) will be subject to performance at the time.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-031161
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010215-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Negotiated procedure with prior call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

45234115 - Railway signalling works

45234116 - Track construction works

Notice Value(s)

Tender Value
£3,800,000,000 £1B-£10B
Lots Value
£25,400,000,000 Over £10B
Awards Value
Not specified
Contracts Value
£3,800,000,000 £1B-£10B

Notice Dates

Publication Date
6 Apr 20232 years ago
Submission Deadline
3 Mar 2022Expired
Future Notice Date
Not specified
Award Date
15 Feb 20233 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
NETWORK RAIL INFRASTRUCTURE LTD
Contact Name
Matthew McCarty
Contact Email
matthew.mccarty@networkrail.co.uk
Contact Phone
+44 1908781000

Buyer Location

Locality
LONDON
Postcode
NW1 2DN
Post Town
North West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI45 Lambeth
Delivery Location
TLI London, TLJ South East (England)

Local Authority
Lambeth
Electoral Ward
Waterloo & South Bank
Westminster Constituency
Vauxhall and Camberwell Green

Supplier Information

Number of Suppliers
2
Supplier Names

ATKINS

VOLKERRAIL

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-031161-2023-04-06T15:24:57+01:00",
    "date": "2023-04-06T15:24:57+01:00",
    "ocid": "ocds-h6vhtk-031161",
    "description": "The value stated in Section II.1.7 at PS3,800,000,000 is the estimated overall value of the Enterprise Development Agreement (EDA) and Enterprise Agreement (EA) for these lots. This covers the EDA mobilisation period prior to CP7 commencement (February 2023 - April 2024) and CP7 - CP8 (April 2024 - March 2034), assuming that the break clause for the EA at 5 years is not enacted and the EA runs for the full 10 year period. This is further broken down in Section V.2.4 Lot 3 Signalling at PS1,400,000,000 and Section V2.4 Lot 4 Track at PS2,400,000,000. It should be noted that, in line with the original Contract Notice, the estimated value for Lot 3 Signalling is inclusive of the overall value of the Signalling CP7 and CP8 work bank, of which it is estimated that in the region of 60% - 70% will reside in the Eco-System with works undertaken by the OEM providers. Whilst Network Rail retains some understanding of the value of the renewals portfolio, the estimated overall value and specific lot values provided within this Contract Award Notice are purely indicative and is subject to change. This is due to a variety of reasons; the Statement of Funds Available (SoFA) is subject to change with the Final Determination taking place in October 2023, there is currently a lack of visibility on the CP8 funding and volume of work, and there is uncertainty on any upcoming changes surrounding Network Rail's transition into GBR. These, coupled with general current economic volatility affecting international markets, meant that Network Rail has had to make assumptions to provide an estimate on the contract values. For the purposes of assessing the values, Network Rail has assumed that 100% of Southern Region's renewals portfolio for CP7, known at the time of publication of the Contract Notice, would be progressed (subject to any restrictions stipulated within the Contract Notice). In addition, as the CP8 funding and volume of work is unknown, the projected costs has been made based on the CP7 estimated values. Recognising these constraints and uncertainties, the actual total value and split across each lot of the contract may vary and therefore be higher or lower than the values shown on this Contract Award Notice.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-031161",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Southern Integrated Delivery (SID) - Signalling and Track",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "description": "Network Rail has carried out a procurement exercise to award the CP7 Southern Integrated Delivery (SID) agreement to deliver our Control Period 7 (CP7) and potentially CP8 renewals portfolio. The SID will be a fully integrated team based on 'Project 13' principles comprising all categories of railway assets: Signalling, Track, Buildings & Civils (B&C), Electrification and Plant (E&P) and Minor Works. The scope includes the following items: development, design, manufacture, supply, installation, integration, testing and commissioning of the Southern renewals work bank. These works will be undertaken on Kent, Sussex and Wessex routes, and will primarily be focused on the delivery of the renewals portfolio, however options will be included to enable enhancements also to be delivered, subject to capacity and where the SID is considered the optimum procurement route. This notice covers the appointment of the Signalling (Lot 3) and Track (Lot 4) lots, where all appointed Business Partners within the SID have initially signed into a development phase agreement, scheduled from February 2023 to April 2024. The main SID agreement will be 10 years in duration (April 2024 -March 2034) and will commence in CP7 with the inclusion of a break clause prior to the commencement of CP8.",
        "value": {
            "amount": 3800000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 1
        },
        "lots": [
            {
                "id": "3",
                "title": "Lot 3 - Signalling",
                "description": "Management and Delivery of Signalling works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes, and will primarily be focused on the delivery of the renewals portfolio, however options will be included to enable enhancements also to be delivered, subject to capacity and where the SID is considered the optimum procurement route. The Signalling Integrator Business Partner will be required to undertake, without technical bias or conflict of interest and with a view to achieving the aims and implementing the remedies set out in the ORR's recent market study into the supply of signalling systems: * Early-stage development including all work types (renewals and refurbishment) typically GRIP 1 to 3 * Detailed design, construction and commissioning of all work types (GRIP 4 to 8) including targeted Interventions, Level Crossings and telecommunications associated with the signalling works, with the exception of major renewals as described below - which will be undertaken by Original Equipment Manufacturers (OEM) providers appointed within the Eco-system * Manage, coordinate and oversee the delivery for all appointed Eco-System OEM providers - who will be remitted to undertake major Signalling renewals, typically ReSignalling, Re-lock, Re-control and ETCS schemes (typically GRIP 4 to 8 works, however where considered the optimum delivery strategy, the OEM may be appointed during the development phase) * Advise on and oversee procurement activities (including competitive tenders) on behalf of Network Rail for the supply of signalling systems and equipment. * Self-delivery of mid-size schemes/asset-life extension works.",
                "value": {
                    "amount": 1400000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 4020
                },
                "hasRenewal": false,
                "secondStage": {
                    "maximumCandidates": 3
                },
                "selectionCriteria": {
                    "description": "Applicants are referred to the procurement documents for further information on Network Rail's criteria for selecting applicants to be invited to tender; pre-qualification will take place in two stages: 1) written questions followed by; 2) an on-site assessment and interviews focusing on health, safety, behaviours and collaboration. Network Rail intends to select three (3) applicants to the invitation to tender stage, provided each applicant satisfies the pre-qualification requirements (including minimum scoring thresholds set out in the pre-qualification instructions)."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "There is an inclusion of a break clause prior to the commencement of CP8. The option to enact the break clause for Control Period 8 (CP8) will be subject to performance at the time."
                },
                "status": "cancelled"
            },
            {
                "id": "4",
                "title": "Lot 4 - Track",
                "description": "Management and Delivery of Track works on the Railway. These works will be undertaken within the Southern Region on Kent, Sussex and Wessex routes, and will primarily be focused on the delivery of the renewals portfolio, however options will be included to enable enhancements also to be delivered, subject to capacity and where the SID is considered the optimum procurement route. The scope will cover the site investigation, survey, design, planning and installation of track works, including the renewal, removal, refurbishment or new installation of plain line track, track drainage or switches and crossings by whatever means. This is including, but not limited to, the following associated track work items: Re-alignment, lifting and lowering of track, 3rd Rail, Remote condition monitoring, removal, replacement or new installation of lineside plant such as rail lubricators, fencing and rail crossings - road, access and pedestrian crossings, civils associated with these activities; cabinet bases, walkways, troughing routes, under track crossings, platform works. This scope also includes the following standalone items, i.e. not in association with track works: Track drainage renewal, removal, refurbishment or new installation, track bed stabilisation - works to track formation and sub-structure, rail crossings - road, access and pedestrian crossings and associated minor signalling and telecoms work.",
                "value": {
                    "amount": 24000000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 4020
                },
                "hasRenewal": false,
                "secondStage": {
                    "maximumCandidates": 3
                },
                "selectionCriteria": {
                    "description": "Applicants are referred to the procurement documents for further information on Network Rail's criteria for selecting applicants to be invited to tender; pre-qualification will take place in two stages: 1) written questions followed by; 2) an on-site assessment and interviews focusing on health, safety, behaviours and collaboration. Network Rail intends to select three (3) applicants to the invitation to tender stage, provided each applicant satisfies the pre-qualification requirements (including minimum scoring thresholds set out in the pre-qualification instructions)."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "There is an inclusion of a break clause prior to the commencement of CP8. The option to enact the break clause for Control Period 8 (CP8) will be subject to performance at the time."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45234115",
                        "description": "Railway signalling works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKJ"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45234116",
                        "description": "Track construction works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKJ"
                    }
                ],
                "relatedLot": "4"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://networkrail.bravosolution.co.uk/",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "reductionCriteria": "Applicants are referred to the procurement documents for information about Network Rail's rules and criteria for participation."
        },
        "submissionTerms": {
            "depositsGuarantees": "A Bond / Parent Company Guarantee may be required.",
            "languages": [
                "en"
            ]
        },
        "contractTerms": {
            "financialTerms": "The main financing conditions, payment mechanism, performance standards and incentive mechanism are described in the procurement documents. The draft procurement documents are available via our electronic procurement system (BravoNR) and tender documents will be updated prior to the formal issue of the invitation to tender. The form of the contract governing these arrangements will be based on an amended version of the NR21.",
            "tendererLegalForm": "Network Rail will accept pre-qualification and tender submissions from single entities or consortia. Network Rail does not require those consortia who intend to form a single legal entity to do so at the pre-qualification stage, however this shall be required at the point of contract award. If consortia members change at any point during the procurement process, Network Rail reserves the right to revisit the pre-qualification stages to consider the impact of the updated information.",
            "performanceTerms": "Applicants are referred to the procurement documents for further information."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "secondStage": {
            "successiveReduction": true,
            "invitationDate": "2022-05-03T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-03-03T12:00:00Z"
        },
        "hasRecurrence": false,
        "reviewDetails": "Network Rail will incorporate a minimum 10 calendar day standstill period after notification to unsuccessful bidders and until such point will not enter into a contract for this requirement. Part 5 of the Utilities Contracts Regulations 2016 sets out the remedies available to economic operators and provides for aggrieved economic operators to take action in the High Court of England and Wales.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "24000000000"
                        },
                        "newValue": {
                            "text": "2400000000"
                        },
                        "where": {
                            "section": "II.2.6",
                            "label": "Value excluding VAT:"
                        },
                        "relatedLot": "4 (Track)"
                    }
                ],
                "description": "Please note that the Estimated Value of PS24,000,000 for Lot 4 Track stated in the original Contract Notice (ref 2022/S 000-002759) is an error. This should state PS2,400,000."
            },
            {
                "id": "2",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2023-02-15"
                        },
                        "newValue": {
                            "date": "2034-03-31"
                        },
                        "where": {
                            "section": "V.2.1)",
                            "label": "(dd/mm/yyyy)"
                        },
                        "relatedLot": "3"
                    },
                    {
                        "oldValue": {
                            "date": "2023-02-15"
                        },
                        "newValue": {
                            "date": "2034-03-31"
                        },
                        "where": {
                            "section": "V.2.1)",
                            "label": "(dd/mm/yyyy)"
                        },
                        "relatedLot": "4"
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-448",
            "name": "Network Rail Infrastructure Ltd",
            "identifier": {
                "legalName": "Network Rail Infrastructure Ltd"
            },
            "address": {
                "streetAddress": "1 Eversholt Street",
                "locality": "London",
                "region": "UKJ",
                "postalCode": "NW1 2DN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1908781000",
                "email": "Matthew.Mccarty@networkrail.co.uk",
                "url": "https://networkrail.bravosolution.co.uk/esop/guest/go/opportunity/detail?opportunityId=53270"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.networkrail.co.uk/",
                "buyerProfile": "http://www.networkrail.co.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "RAILWAY_SERVICES",
                        "description": "Railway services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-449",
            "name": "The High Court",
            "identifier": {
                "legalName": "The High Court"
            },
            "address": {
                "locality": "London",
                "postalCode": "WC2A 1AA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ]
        },
        {
            "id": "GB-FTS-77771",
            "name": "Network Rail Infrastructure Ltd",
            "identifier": {
                "legalName": "Network Rail Infrastructure Ltd"
            },
            "address": {
                "streetAddress": "Waterloo General Office",
                "locality": "London",
                "region": "UKJ",
                "postalCode": "SE1 8SW",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Matthew McCarty",
                "telephone": "+44 1908781000",
                "email": "Matthew.Mccarty@networkrail.co.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.networkrail.co.uk/",
                "buyerProfile": "http://www.networkrail.co.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "RAILWAY_SERVICES",
                        "description": "Railway services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-11092",
            "name": "Atkins Limited",
            "identifier": {
                "legalName": "Atkins Limited"
            },
            "address": {
                "streetAddress": "Woodcote Grove",
                "locality": "Epsom",
                "region": "UK",
                "postalCode": "KT18 5BW",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-77772",
            "name": "VolkerRail Limited",
            "identifier": {
                "legalName": "VolkerRail Limited"
            },
            "address": {
                "streetAddress": "Hertford Road",
                "locality": "Hertfordshire",
                "region": "UK",
                "postalCode": "EN11 9BX",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-79855",
            "name": "Network Rail Infrastructure Ltd",
            "identifier": {
                "legalName": "Network Rail Infrastructure Ltd"
            },
            "address": {
                "streetAddress": "Waterloo General Offices",
                "locality": "London",
                "region": "UKJ",
                "postalCode": "SE1 8SW",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Matthew McCarty",
                "telephone": "+44 1908781000",
                "email": "Matthew.Mccarty@networkrail.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.networkrail.co.uk/"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-79855",
        "name": "Network Rail Infrastructure Ltd"
    },
    "language": "en",
    "awards": [
        {
            "id": "007897-2023-1",
            "relatedLots": [
                "3"
            ],
            "title": "Lot 3 Signalling",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-11092",
                    "name": "Atkins Limited"
                }
            ]
        },
        {
            "id": "007897-2023-2",
            "relatedLots": [
                "4"
            ],
            "title": "Lot 4 Track",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-77772",
                    "name": "VolkerRail Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "007897-2023-1",
            "awardID": "007897-2023-1",
            "title": "Lot 3 Signalling",
            "status": "active",
            "value": {
                "amount": 1400000000,
                "currency": "GBP"
            },
            "dateSigned": "2023-02-15T00:00:00Z"
        },
        {
            "id": "007897-2023-2",
            "awardID": "007897-2023-2",
            "title": "Lot 4 Track",
            "status": "active",
            "value": {
                "amount": 2400000000,
                "currency": "GBP"
            },
            "dateSigned": "2023-02-15T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "3",
                "value": 2
            },
            {
                "id": "2",
                "measure": "bids",
                "relatedLot": "4",
                "value": 3
            }
        ]
    }
}