Notice Information
Notice Title
London Rail Infrastructure Improvement Framework
Notice Description
This is a Contract Award Notification for the award of the London Rail Infrastructure Improvement Framework. The Framework is designed to deliver major and minor infrastructure improvement works on Transport for London (TfL) and Network Rail Managed Infrastructure (NRMI). The Framework is made up of two lots, Lot 1.1 for Minor Infrastructure Improvement works and Lot 1.2 for Major Infrastructure Improvement works This framework will be Rail for London Ltd (Part of the TfL Group of Companies and made up of London Overground, Trams and DLR) primary means of undertaking infrastructure improvement works for the term of the framework agreement. While primarily for Rail for London Ltd this framework can be utilised all TfL Group Companies including London Underground Limited and Crossrail for railway infrastructure improvement works.
Lot Information
Minor Infrastructure Improvement
Lot 1.1: Minor infrastructure improvement for works valued between GBP 0 - GBP 4,000,000.00 The successful 3 economic operators awarded a framework agreement for this lot have the capability to design, procure, install/modify, execute, test and commission and handover into maintenance the following packages of works/services identified below: Design: The successful economic operators have the capability to provide multidisciplinary designs throughout the life cycle of a project. This will include (but is not limited to) fulfilling early design development including feasibility, option selection and single option development and detailed design. Works: Civil and premises -- including modification of existing railway stations, route wide civils structures, Station platforms, Railway depots, ancillary buildings. Works: Telecommunications -- line-side and railway control systems, radio systems, antenna's, information and security systems, CCTV, access control, PA systems, customer information systems, public help point systems, passenger emergency points, telephone systems, data networks and Scada systems. Works: Fire detection and prevention systems -- Fire detection, warning systems and integration into new and/ or existing systems, fire suppression systems, smoke ventilation systems, fire separation, compartmentalisation and structural fire protection, fire safety management controls. Works: Low voltage mechanical, electrical and power installations/renewal for railway stations, station platforms, railway depots and ancillary buildings. Works: High voltage mechanical, electrical and traction power (Track) including points and conductor rail heating systems, high voltage transformers, rectifiers and HV cabling, UPS, line side lighting, earthing and bonding, EMC verification, signalling power supply. Works: Overhead line equipment (OHLE) and direct current (DC) -- including design, installation and commissioning of OHLE and DC systems. Works: Signalling -- including installation of TPWS systems, signalling commission systems, line side indicators, signalling control systems. Works: Track -- the installation of track on all TfL infrastructure (i.e. heavy rail, light rail and trams). Works: Station lifts and escalators -- including design, Installation, modification and commissioning and asset hand back.
Options: The duration of the framework agreement shall be 7 years. The initial term of the framework will be 5 years which can be extended at the discretion of TfL by a further 2 years in 12 month intervals.
Major Infrastructure ImprovementLot 1.2: Major infrastructure improvement for works valued above GBP 4,000,000.00 The successful 3 economic operators awarded a framework agreement for this lot have the capability to design, procure, install/modify, execute, test and commission and handover into maintenance the following packages of works/services identified below: Design: The successful economic operators have the capability to provide multidisciplinary designs throughout the life cycle of a project. This will include (but is not limited to) fulfilling early design development including feasibility, option selection and single option development and detailed design. Works: Civil and premises -- including modification of existing railway stations, route wide civils structures, Station platforms, Railway depots, ancillary buildings. Works: Telecommunications -- line-side and railway control systems, radio systems, antenna's, information and security systems, CCTV, access control, PA systems, customer information systems, public help point systems, passenger emergency points, telephone systems, data networks and Scada systems. Works: Fire detection and prevention systems -- Fire detection, warning systems and integration into new and/ or existing systems, fire suppression systems, smoke ventilation systems, fire separation, compartmentalisation and structural fire protection, fire safety management controls. Works: Low voltage mechanical, electrical and power installations/renewal for railway stations, station platforms, railway depots and ancillary buildings. Works: High voltage mechanical, electrical and traction power (Track) including points and conductor rail heating systems, high voltage transformers, rectifiers and HV cabling, UPS, line side lighting, earthing and bonding, EMC verification, signalling power supply. Works: Overhead line equipment (OHLE) and direct current (DC) -- including design, installation and commissioning of OHLE and DC systems. Works: Signalling -- including installation of TPWS systems, signalling commission systems, line side indicators, signalling control systems. Works: Track -- the installation of track on all TfL infrastructure (i.e. heavy rail, light rail and trams). Works: Station lifts and escalators -- including design, Installation, modification and commissioning and asset hand back.
Options: The duration of the framework agreement shall be 7 years. The initial term of the framework will be 5 years which can be extended at the discretion of TfL by a further 2 years in 12 month intervals.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-032628
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/008078-2022
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Framework
- 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
32 - Radio, television, communication, telecommunication and related equipment
34 - Transport equipment and auxiliary products to transportation
42 - Industrial machinery
45 - Construction work
50 - Repair and maintenance services
71 - Architectural, construction, engineering and inspection services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
32500000 - Telecommunications equipment and supplies
34632300 - Electrical installations for railways
34946000 - Railway-track construction materials and supplies
42500000 - Cooling and ventilation equipment
45111000 - Demolition, site preparation and clearance work
45213320 - Construction work for buildings relating to railway transport
45213321 - Railway station construction work
45221112 - Railway bridge construction work
45233251 - Resurfacing works
45234100 - Railway construction works
45234112 - Railway depot construction work
45234115 - Railway signalling works
45313000 - Lift and escalator installation work
45315400 - High voltage installation work
45331000 - Heating, ventilation and air-conditioning installation work
45340000 - Fencing, railing and safety equipment installation work
50220000 - Repair, maintenance and associated services related to railways and other equipment
71220000 - Architectural design services
71311000 - Civil engineering consultancy services
71315300 - Building surveying services
71320000 - Engineering design services
71351500 - Ground investigation services
71353200 - Dimensional surveying services
71355000 - Surveying services
71631470 - Railway-track inspection services
90491000 - Sewer survey services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 25 Mar 20223 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 22 Mar 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT FOR LONDON — RAIL FOR LONDON LTD
- Contact Name
- Mr Steven Davies
- Contact Email
- londonovergroundprocurement@tfl.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- ENDEAVOUR SQUARE
- Postcode
- E20 1JN
- Post Town
- East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI41 Hackney and Newham
- Delivery Location
- TLI London
-
- Local Authority
- Newham
- Electoral Ward
- Stratford Olympic Park
- Westminster Constituency
- Stratford and Bow
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-032628-2022-03-25T07:17:39Z",
"date": "2022-03-25T07:17:39Z",
"ocid": "ocds-h6vhtk-032628",
"description": "The procurement was conducted on behalf of Transport for London (TfL) under the Utilities Contracts Regulations 2016 under the negotiated procedure with prior call for competition. TfL operates as a functional body of the Greater London Authority under the direction of the Mayor of London.",
"initiationType": "tender",
"tender": {
"id": "DN465077",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "London Rail Infrastructure Improvement Framework",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45234100",
"description": "Railway construction works"
},
"mainProcurementCategory": "works",
"description": "This is a Contract Award Notification for the award of the London Rail Infrastructure Improvement Framework. The Framework is designed to deliver major and minor infrastructure improvement works on Transport for London (TfL) and Network Rail Managed Infrastructure (NRMI). The Framework is made up of two lots, Lot 1.1 for Minor Infrastructure Improvement works and Lot 1.2 for Major Infrastructure Improvement works This framework will be Rail for London Ltd (Part of the TfL Group of Companies and made up of London Overground, Trams and DLR) primary means of undertaking infrastructure improvement works for the term of the framework agreement. While primarily for Rail for London Ltd this framework can be utilised all TfL Group Companies including London Underground Limited and Crossrail for railway infrastructure improvement works.",
"lots": [
{
"id": "1.1",
"title": "Minor Infrastructure Improvement",
"description": "Lot 1.1: Minor infrastructure improvement for works valued between GBP 0 - GBP 4,000,000.00 The successful 3 economic operators awarded a framework agreement for this lot have the capability to design, procure, install/modify, execute, test and commission and handover into maintenance the following packages of works/services identified below: Design: The successful economic operators have the capability to provide multidisciplinary designs throughout the life cycle of a project. This will include (but is not limited to) fulfilling early design development including feasibility, option selection and single option development and detailed design. Works: Civil and premises -- including modification of existing railway stations, route wide civils structures, Station platforms, Railway depots, ancillary buildings. Works: Telecommunications -- line-side and railway control systems, radio systems, antenna's, information and security systems, CCTV, access control, PA systems, customer information systems, public help point systems, passenger emergency points, telephone systems, data networks and Scada systems. Works: Fire detection and prevention systems -- Fire detection, warning systems and integration into new and/ or existing systems, fire suppression systems, smoke ventilation systems, fire separation, compartmentalisation and structural fire protection, fire safety management controls. Works: Low voltage mechanical, electrical and power installations/renewal for railway stations, station platforms, railway depots and ancillary buildings. Works: High voltage mechanical, electrical and traction power (Track) including points and conductor rail heating systems, high voltage transformers, rectifiers and HV cabling, UPS, line side lighting, earthing and bonding, EMC verification, signalling power supply. Works: Overhead line equipment (OHLE) and direct current (DC) -- including design, installation and commissioning of OHLE and DC systems. Works: Signalling -- including installation of TPWS systems, signalling commission systems, line side indicators, signalling control systems. Works: Track -- the installation of track on all TfL infrastructure (i.e. heavy rail, light rail and trams). Works: Station lifts and escalators -- including design, Installation, modification and commissioning and asset hand back.",
"hasOptions": true,
"options": {
"description": "The duration of the framework agreement shall be 7 years. The initial term of the framework will be 5 years which can be extended at the discretion of TfL by a further 2 years in 12 month intervals."
},
"status": "cancelled"
},
{
"id": "1.2",
"title": "Major Infrastructure Improvement",
"description": "Lot 1.2: Major infrastructure improvement for works valued above GBP 4,000,000.00 The successful 3 economic operators awarded a framework agreement for this lot have the capability to design, procure, install/modify, execute, test and commission and handover into maintenance the following packages of works/services identified below: Design: The successful economic operators have the capability to provide multidisciplinary designs throughout the life cycle of a project. This will include (but is not limited to) fulfilling early design development including feasibility, option selection and single option development and detailed design. Works: Civil and premises -- including modification of existing railway stations, route wide civils structures, Station platforms, Railway depots, ancillary buildings. Works: Telecommunications -- line-side and railway control systems, radio systems, antenna's, information and security systems, CCTV, access control, PA systems, customer information systems, public help point systems, passenger emergency points, telephone systems, data networks and Scada systems. Works: Fire detection and prevention systems -- Fire detection, warning systems and integration into new and/ or existing systems, fire suppression systems, smoke ventilation systems, fire separation, compartmentalisation and structural fire protection, fire safety management controls. Works: Low voltage mechanical, electrical and power installations/renewal for railway stations, station platforms, railway depots and ancillary buildings. Works: High voltage mechanical, electrical and traction power (Track) including points and conductor rail heating systems, high voltage transformers, rectifiers and HV cabling, UPS, line side lighting, earthing and bonding, EMC verification, signalling power supply. Works: Overhead line equipment (OHLE) and direct current (DC) -- including design, installation and commissioning of OHLE and DC systems. Works: Signalling -- including installation of TPWS systems, signalling commission systems, line side indicators, signalling control systems. Works: Track -- the installation of track on all TfL infrastructure (i.e. heavy rail, light rail and trams). Works: Station lifts and escalators -- including design, Installation, modification and commissioning and asset hand back.",
"hasOptions": true,
"options": {
"description": "The duration of the framework agreement shall be 7 years. The initial term of the framework will be 5 years which can be extended at the discretion of TfL by a further 2 years in 12 month intervals."
},
"status": "cancelled"
}
],
"items": [
{
"id": "1.1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32500000",
"description": "Telecommunications equipment and supplies"
},
{
"scheme": "CPV",
"id": "34632300",
"description": "Electrical installations for railways"
},
{
"scheme": "CPV",
"id": "34946000",
"description": "Railway-track construction materials and supplies"
},
{
"scheme": "CPV",
"id": "42500000",
"description": "Cooling and ventilation equipment"
},
{
"scheme": "CPV",
"id": "45111000",
"description": "Demolition, site preparation and clearance work"
},
{
"scheme": "CPV",
"id": "45213320",
"description": "Construction work for buildings relating to railway transport"
},
{
"scheme": "CPV",
"id": "45213321",
"description": "Railway station construction work"
},
{
"scheme": "CPV",
"id": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45233251",
"description": "Resurfacing works"
},
{
"scheme": "CPV",
"id": "45234112",
"description": "Railway depot construction work"
},
{
"scheme": "CPV",
"id": "45234115",
"description": "Railway signalling works"
},
{
"scheme": "CPV",
"id": "45313000",
"description": "Lift and escalator installation work"
},
{
"scheme": "CPV",
"id": "45315400",
"description": "High voltage installation work"
},
{
"scheme": "CPV",
"id": "45331000",
"description": "Heating, ventilation and air-conditioning installation work"
},
{
"scheme": "CPV",
"id": "45340000",
"description": "Fencing, railing and safety equipment installation work"
},
{
"scheme": "CPV",
"id": "50220000",
"description": "Repair, maintenance and associated services related to railways and other equipment"
},
{
"scheme": "CPV",
"id": "71220000",
"description": "Architectural design services"
},
{
"scheme": "CPV",
"id": "71311000",
"description": "Civil engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71315300",
"description": "Building surveying services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71351500",
"description": "Ground investigation services"
},
{
"scheme": "CPV",
"id": "71353200",
"description": "Dimensional surveying services"
},
{
"scheme": "CPV",
"id": "71355000",
"description": "Surveying services"
},
{
"scheme": "CPV",
"id": "71631470",
"description": "Railway-track inspection services"
},
{
"scheme": "CPV",
"id": "90491000",
"description": "Sewer survey services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
}
],
"relatedLot": "1.1"
},
{
"id": "1.2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "32500000",
"description": "Telecommunications equipment and supplies"
},
{
"scheme": "CPV",
"id": "34632300",
"description": "Electrical installations for railways"
},
{
"scheme": "CPV",
"id": "34946000",
"description": "Railway-track construction materials and supplies"
},
{
"scheme": "CPV",
"id": "42500000",
"description": "Cooling and ventilation equipment"
},
{
"scheme": "CPV",
"id": "45111000",
"description": "Demolition, site preparation and clearance work"
},
{
"scheme": "CPV",
"id": "45213320",
"description": "Construction work for buildings relating to railway transport"
},
{
"scheme": "CPV",
"id": "45213321",
"description": "Railway station construction work"
},
{
"scheme": "CPV",
"id": "45221112",
"description": "Railway bridge construction work"
},
{
"scheme": "CPV",
"id": "45233251",
"description": "Resurfacing works"
},
{
"scheme": "CPV",
"id": "45234112",
"description": "Railway depot construction work"
},
{
"scheme": "CPV",
"id": "45234115",
"description": "Railway signalling works"
},
{
"scheme": "CPV",
"id": "45313000",
"description": "Lift and escalator installation work"
},
{
"scheme": "CPV",
"id": "45315400",
"description": "High voltage installation work"
},
{
"scheme": "CPV",
"id": "45331000",
"description": "Heating, ventilation and air-conditioning installation work"
},
{
"scheme": "CPV",
"id": "45340000",
"description": "Fencing, railing and safety equipment installation work"
},
{
"scheme": "CPV",
"id": "50220000",
"description": "Repair, maintenance and associated services related to railways and other equipment"
},
{
"scheme": "CPV",
"id": "71220000",
"description": "Architectural design services"
},
{
"scheme": "CPV",
"id": "71311000",
"description": "Civil engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71315300",
"description": "Building surveying services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71351500",
"description": "Ground investigation services"
},
{
"scheme": "CPV",
"id": "71353200",
"description": "Dimensional surveying services"
},
{
"scheme": "CPV",
"id": "71355000",
"description": "Surveying services"
},
{
"scheme": "CPV",
"id": "71631470",
"description": "Railway-track inspection services"
},
{
"scheme": "CPV",
"id": "90491000",
"description": "Sewer survey services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
}
],
"relatedLot": "1.2"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"techniques": {
"hasFrameworkAgreement": true
},
"coveredBy": [
"GPA"
],
"reviewDetails": "TfL observed a standstill period for a minimum of 10 calendar days from when the contract award decision was notified to Contractors. That notification provided full information on the award decision. The standstill period provided time for unsuccessful Contractors to challenge the award decision before the framework agreements were entered into."
},
"awards": [
{
"id": "008078-2022-Minor Infrastructure Improvement-1",
"relatedLots": [
"1.1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-47783",
"name": "MTR Corporation (UK) Limited"
},
{
"id": "GB-FTS-47785",
"name": "Osborne Infrastructure Limited"
},
{
"id": "GB-FTS-47786",
"name": "Dyer and Butler Ltd"
}
]
},
{
"id": "008078-2022-Major Infrastructure Improvement-2",
"relatedLots": [
"1.2"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-47784",
"name": "Balfour Beatty Rail Limited"
},
{
"id": "GB-FTS-47787",
"name": "Morgan Sindall Construction & Infrastructure Limited"
},
{
"id": "GB-FTS-47788",
"name": "Volker Fitzpatrick Limited"
}
]
}
],
"parties": [
{
"id": "GB-FTS-47782",
"name": "Transport for London -- Rail for London Ltd",
"identifier": {
"legalName": "Transport for London -- Rail for London Ltd",
"id": "05965930"
},
"address": {
"streetAddress": "5",
"locality": "Endeavour Square",
"region": "UKI",
"postalCode": "E20 1JN",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr Steven Davies",
"email": "LondonOvergroundProcurement@TfL.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://tfl.gov.uk",
"buyerProfile": "https://tfl.gov.uk",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "RAILWAY_SERVICES",
"description": "Railway services"
}
]
}
},
{
"id": "GB-FTS-47783",
"name": "MTR Corporation (UK) Limited",
"identifier": {
"legalName": "MTR Corporation (UK) Limited",
"id": "05205402"
},
"address": {
"streetAddress": "Providence House, Providence Place, Islington",
"locality": "London",
"region": "UKI",
"postalCode": "N1 0NT",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-47784",
"name": "Balfour Beatty Rail Limited",
"identifier": {
"legalName": "Balfour Beatty Rail Limited",
"id": "019826627"
},
"address": {
"streetAddress": "5 Churchill Place, Canary Wharf",
"locality": "London",
"region": "UKI",
"postalCode": "E14 5HU",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-47785",
"name": "Osborne Infrastructure Limited",
"identifier": {
"legalName": "Osborne Infrastructure Limited",
"id": "10735268"
},
"address": {
"streetAddress": "Fonteyn House 47-49 London Road",
"locality": "Reigate",
"region": "UKI",
"postalCode": "RH2 9PY",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-47786",
"name": "Dyer and Butler Ltd",
"identifier": {
"legalName": "Dyer and Butler Ltd",
"id": "01450372"
},
"address": {
"streetAddress": "Abel Smith House Gunnells Wood Road Stevenage",
"locality": "Hertfordshire",
"region": "UKI",
"postalCode": "SG1 2ST",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-47787",
"name": "Morgan Sindall Construction & Infrastructure Limited",
"identifier": {
"legalName": "Morgan Sindall Construction & Infrastructure Limited",
"id": "04273754"
},
"address": {
"streetAddress": "Kent House, 14-17 Market Place",
"locality": "London",
"region": "UKI",
"postalCode": "W1W 8AJ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-47788",
"name": "Volker Fitzpatrick Limited",
"identifier": {
"legalName": "Volker Fitzpatrick Limited",
"id": "02387700"
},
"address": {
"streetAddress": "Hertford Road, Hoddesdon",
"locality": "Hertfordshire",
"region": "UKI",
"postalCode": "EN11 9BX",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-47789",
"name": "HM Courts and Tribunals Service",
"identifier": {
"legalName": "HM Courts and Tribunals Service"
},
"address": {
"streetAddress": "Royal Courts of Justice, The Strand",
"locality": "London",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Enquiries.centrallondon.countycourt@justice.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-47782",
"name": "Transport for London -- Rail for London Ltd"
},
"contracts": [
{
"id": "008078-2022-Minor Infrastructure Improvement-1",
"awardID": "008078-2022-Minor Infrastructure Improvement-1",
"status": "active",
"dateSigned": "2022-03-22T00:00:00Z"
},
{
"id": "008078-2022-Major Infrastructure Improvement-2",
"awardID": "008078-2022-Major Infrastructure Improvement-2",
"status": "active",
"dateSigned": "2022-03-22T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1.1",
"value": 4
},
{
"id": "6",
"measure": "bids",
"relatedLot": "1.2",
"value": 4
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1.1",
"value": 0
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "1.2",
"value": 0
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1.1",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "1.2",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1.1",
"value": 0
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1.2",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1.1",
"value": 4
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "1.2",
"value": 4
}
]
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:236241-2020:TEXT:EN:HTML"
}
],
"language": "en"
}