Award

BEROE Framework

MINISTRY OF DEFENCE

This public procurement record has 3 releases in its history.

Award

02 Feb 2023 at 13:46

TenderUpdate

23 Aug 2022 at 15:13

Tender

25 Jul 2022 at 12:22

Summary of the contracting process

The Ministry of Defence has completed the procurement process for the BEROE Framework under the Rapid Agile Prototyping, Scaled for Operations (RAPSO) Framework. This involved issuing an Invitation To Tender Lite (ITT Lite) to support the task objectives for acquiring a secure Ground Segment software solution for space-based ISR command & control. The project aimed to take through multiple suppliers to initial framework tasking under Lot 1. The procurement stage involved a Restricted procedure with the competition focusing on maturing and identifying requirements. The contracting authority aimed to award zero or more suppliers for framework tasking, with future work planned under Lot 1 and/or Operational Lot 2.

This tender presents an opportunity for businesses capable of providing Ground Segment software solutions for space-based ISR command & control. Bidders were assessed based on their technical, commercial, and financial capabilities, with up to 6 suppliers proceeding to a demonstration stage. The contract awards were centred on selecting suppliers for Framework Contract Awards under Lot 1. The Ministry of Defence sought innovative solutions from suppliers that could meet the mission control system requirements for the UK MoD's space assets, providing scalability and interoperability. The tender aimed to create a framework for future operational systems targeted for non-civilian use.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

BEROE Framework

Notice Description

DE&S (the Authority), under the Rapid Agile Prototyping, Scaled for Operations (RAPSO) Framework, intends to issue an Invitation To Tender "Lite" (ITT Lite) on behalf of Air Command (the Customer) to support the task objectives described in the Aim (below) and award zero (0), one (1) or more (with the intent being to take through two (2)) suppliers through to initial framework tasking under Lot 1). The intent for future BEROE work is to be placed under Lot 1 and/or the Operational Lot 2 subject to Authority approvals. Aim: The UK MoD requires a secure Ground Segment software solution for tasking, monitoring and controlling a space-based ISR constellation of Low Earth Orbit satellites(s), which will form an integral component of the UK MoD ground segment architecture, acting as the primary mission control system for the Customer Satellite Operations Centre. The UK MoD is therefore seeking a provider to develop a technology roadmap, secure software development plan and assist (through demonstration & prototype development) with the maturation of system requirements and the development of a software architecture that will deliver an assured Mission Control System for space-based ISR command & control (C2) which is scalable to meet future operational needs, and enable interoperability with UK MoD owned space assets.

Lot Information

Ground segment software solutions (core plus adaptations)

The UK MoD requires a secure Ground Segment software solution for tasking, monitoring and controlling a space-based ISR constellation of Low Earth Orbit satellites(s), which will form an integral component of the UK MoD ground segment architecture, acting as the primary mission control system for the Customer Satellite Operations Centre. The UK MoD is therefore seeking a provider to develop a technology roadmap, secure software development plan and assist (through demonstration & prototype development) with the maturation of system requirements and the development of a software architecture that will deliver an assured Mission Control System for space-based ISR command & control (C2) which is scalable to meet future operational needs, and enable interoperability with UK MoD owned space assets. The project, named BEROE, during the competition and development phases (refer to tender process stage 1-4), will focus on maturing, deriving and identifying UK MoD requirements, testing hypotheses, addressing key challenges and stimulating industry to develop product roadmaps to support future operational systems targeted for non-civilian use. Bidders will be requested to describe their ground segment software solution in terms of overall design, architecture and interfaces that enable the integration of protocols, operating procedures, development of user interfaces and compatibility with open standards. Additional information: For every task in Lot 1 a new award notice will be raised notifying the new values.

Operational Lot

Access to this Lot will be achieved through successful development tasks from Lot (1). If an output of a development task results in a "Minimum Viable Product" the Contractor involved in that Task may be added to Lot two (2) as a single entity to enable the Authority to proceed to targeted tasks to purchase items to enter service.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-035558
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/003267-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation


CPV Codes

34712000 - Spacecraft, satellites and launch vehicles

Notice Value(s)

Tender Value
£20,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£50,000 Under £100K

Notice Dates

Publication Date
2 Feb 20233 years ago
Submission Deadline
19 Aug 2022Expired
Future Notice Date
Not specified
Award Date
4 Jan 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
MINISTRY OF DEFENCE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BRISTOL
Postcode
N/A
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK52 Bath & North East Somerset and South Gloucestershire
Delivery Location
Not specified

Local Authority
South Gloucestershire
Electoral Ward
Stoke Park & Cheswick
Westminster Constituency
Filton and Bradley Stoke

Supplier Information

Number of Suppliers
6
Supplier Names

CGI

LOCKHEED MARTIN

RAYTHEON SYSTEMS

RHEATECH

TELESPAZIO

TERMA

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-035558-2023-02-02T13:46:42Z",
    "date": "2023-02-02T13:46:42Z",
    "ocid": "ocds-h6vhtk-035558",
    "description": "Initial award value for first tasking across all 6 suppliers is PS300,000.00. Each subsequent tasking mini-competition will have an award notice with the value or each task awarded under Lot 1.",
    "initiationType": "tender",
    "tender": {
        "id": "704294450",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "BEROE Framework",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "34712000",
            "description": "Spacecraft, satellites and launch vehicles"
        },
        "mainProcurementCategory": "goods",
        "description": "DE&S (the Authority), under the Rapid Agile Prototyping, Scaled for Operations (RAPSO) Framework, intends to issue an Invitation To Tender \"Lite\" (ITT Lite) on behalf of Air Command (the Customer) to support the task objectives described in the Aim (below) and award zero (0), one (1) or more (with the intent being to take through two (2)) suppliers through to initial framework tasking under Lot 1). The intent for future BEROE work is to be placed under Lot 1 and/or the Operational Lot 2 subject to Authority approvals. Aim: The UK MoD requires a secure Ground Segment software solution for tasking, monitoring and controlling a space-based ISR constellation of Low Earth Orbit satellites(s), which will form an integral component of the UK MoD ground segment architecture, acting as the primary mission control system for the Customer Satellite Operations Centre. The UK MoD is therefore seeking a provider to develop a technology roadmap, secure software development plan and assist (through demonstration & prototype development) with the maturation of system requirements and the development of a software architecture that will deliver an assured Mission Control System for space-based ISR command & control (C2) which is scalable to meet future operational needs, and enable interoperability with UK MoD owned space assets.",
        "value": {
            "amount": 20000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 2
        },
        "lots": [
            {
                "id": "1",
                "description": "The UK MoD requires a secure Ground Segment software solution for tasking, monitoring and controlling a space-based ISR constellation of Low Earth Orbit satellites(s), which will form an integral component of the UK MoD ground segment architecture, acting as the primary mission control system for the Customer Satellite Operations Centre. The UK MoD is therefore seeking a provider to develop a technology roadmap, secure software development plan and assist (through demonstration & prototype development) with the maturation of system requirements and the development of a software architecture that will deliver an assured Mission Control System for space-based ISR command & control (C2) which is scalable to meet future operational needs, and enable interoperability with UK MoD owned space assets. The project, named BEROE, during the competition and development phases (refer to tender process stage 1-4), will focus on maturing, deriving and identifying UK MoD requirements, testing hypotheses, addressing key challenges and stimulating industry to develop product roadmaps to support future operational systems targeted for non-civilian use. Bidders will be requested to describe their ground segment software solution in terms of overall design, architecture and interfaces that enable the integration of protocols, operating procedures, development of user interfaces and compatibility with open standards. Additional information: For every task in Lot 1 a new award notice will be raised notifying the new values.",
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "title": "Ground segment software solutions (core plus adaptations)",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "Operational Lot",
                "description": "Access to this Lot will be achieved through successful development tasks from Lot (1). If an output of a development task results in a \"Minimum Viable Product\" the Contractor involved in that Task may be added to Lot two (2) as a single entity to enable the Authority to proceed to targeted tasks to purchase items to enter service.",
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34712000",
                        "description": "Spacecraft, satellites and launch vehicles"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34712000",
                        "description": "Spacecraft, satellites and launch vehicles"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://www.contracts.mod.uk/web/login.html",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Pre Qualification Questionnaire (PQQ) will outline expected selection criteria for suitability of organisations for enrolment to the Framework, and establish those organisations that will be invited to respond to the BEROE Invitation to Tender (ITT) for Framework.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Economic Criteria will be outlined in the PQQ published within the Defence Sourcing Portal (DSP)",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Technical and Professional Criteria will be outlined in the PQQ published within the Defence Sourcing Portal (DSP).",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "tenderPeriod": {
            "endDate": "2022-08-19T17:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicPayment": true
        },
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "Background: DE&S (the Authority), under the Rapid Agile Prototyping, Scaled for Operations (RAPSO) Framework, intends to issue an Invitation To Tender \"Lite\" (ITT Lite) on behalf of Air Command (the Customer) to support the task objectives described in the Aim (below) and award zero (0), one (1) or more (with the intent being to take through two (2)) suppliers through to initial framework tasking under Lot 1). The intent for future BEROE work is to be placed under Lot 1 and/or the Operational Lot 2 subject to Authority approvals. Aim: The UK MoD requires a secure Ground Segment software solution for tasking, monitoring and controlling a space-based ISR constellation of Low Earth Orbit satellites(s), which will form an integral component of the UK MoD ground segment architecture, acting as the primary mission control system for the Customer Satellite Operations Centre. The UK MoD is therefore seeking a provider to develop a technology roadmap, secure software development plan and assist (through demonstration & prototype development) with the maturation of system requirements and the development of a software architecture that will deliver an assured Mission Control System for space-based ISR command & control (C2) which is scalable to meet future operational needs, and enable interoperability with UK MoD owned space assets. The project, named BEROE, during the competition and development phases (refer to tender process stage 1-4), will focus on maturing, deriving and identifying UK MoD requirements, testing hypotheses, addressing key challenges and stimulating industry to develop product roadmaps to support future operational systems targeted for non-civilian use. Bidders will be requested to describe their ground segment software solution in terms of overall design, architecture and interfaces that enable the integration of protocols, operating procedures, development of user interfaces and compatibility with open standards. To establish a Bidders list for ITT, it is the Authority's intention, through this DPQQ and Contract Notice, to source interest from and screen the capability of the industrial supply base. Participation at Invitation to Tender (ITT) will be subject to successfully passing a Dynamic Pre-Qualification Questionnaire (DPQQ). The procurement process will be split across 4 stages. The Procurement will follow a 4 stage Competitive Procedure, defined below: Stage 1: The first stage will be the DPQQ stage, which is designed to evaluate Commercial, Technical and Financial Capacity/Capability. Bidders who are successfully down selected at the DPQQ stage will proceed to the second stage. Stage 2: The second stage will comprise of an Invitation to Tender Lite (ITT-Lite), whereby a request for proposal will be made by the Authority, which shall be scored and evaluated after submission. Participation at ITT-Lite will be subject to successfully passing the DPQQ. Bidders will be given a weighted score and will be required to pass both commercial and technical mandatory criteria at this stage. It is anticipated that up to 6 Bidders will proceed to Stage 3. All other suppliers will remain active and be eligible to bid for future tasks should the Authority re-open the lot. Stage 3: The third stage will involve the Authority inviting Bidders to demonstrate and present their solution. Bidders will be evaluated on both the demonstration, and the presentation, with a minimum entry criterion defined for proceeding to Stage 4. It should be noted that scores from Stage 2 will be included in the overall assessment for down-selection to Stage 4. All other suppliers will remain active and be eligible to bid for future tasks should the Authority re-open the lot. Stage 4: Will consist of Framework Contract Award to zero, one or more suppliers (subject to the minimum requirements) at ITT (ITT-lite & Demonstration) and satisfying the Minimum Entry Criteria (MEC) The intent is to take through 2 suppliers."
                        },
                        "newValue": {
                            "text": "Background: DE&S (the Authority), under the Rapid Agile Prototyping, Scaled for Operations (RAPSO) Framework, intends to issue an Invitation To Tender \"Lite\" (ITT Lite) on behalf of Air Command (the Customer) to support the task objectives described in the Aim (below) and award zero (0), one (1) or more (with the intent being to take through two (2)) suppliers through to initial framework tasking under Lot 1). The intent for future BEROE work is to be placed under Lot 1 and/or the Operational Lot 2 subject to Authority approvals. Aim: The UK MoD requires a secure Ground Segment software solution for tasking, monitoring and controlling a space-based ISR constellation of Low Earth Orbit satellites(s), which will form an integral component of the UK MoD ground segment architecture, acting as the primary mission control system for the Customer Satellite Operations Centre. The UK MoD is therefore seeking a provider to develop a technology roadmap, secure software development plan and assist (through demonstration & prototype development) with the maturation of system requirements and the development of a software architecture that will deliver an assured Mission Control System for space-based ISR command & control (C2) which is scalable to meet future operational needs, and enable interoperability with UK MoD owned space assets. The project, named BEROE, during the competition and development phases (refer to tender process stage 1-4), will focus on maturing, deriving and identifying UK MoD requirements, testing hypotheses, addressing key challenges and stimulating industry to develop product roadmaps to support future operational systems targeted for non-civilian use. Bidders will be requested to describe their ground segment software solution in terms of overall design, architecture and interfaces that enable the integration of protocols, operating procedures, development of user interfaces and compatibility with open standards. To establish a Bidders list for ITT, it is the Authority's intention, through this DPQQ and Contract Notice, to source interest from and screen the capability of the industrial supply base. Participation at Invitation to Tender (ITT) will be subject to successfully passing a Dynamic Pre-Qualification Questionnaire (DPQQ). The procurement process will be split across four (4) stages, which are defined below: Stage 1: Will be the DPQQ stage, which is designed to evaluate Commercial, Technical and Financial. Bidders who are successfully down selected at the DPQQ stage will proceed to the second stage. Stage 2: Will comprise of an Invitation to Tender Lite (ITT-Lite). Bidders will be required to pass both commercial and technical mandatory criteria at this stage. Stage 3: Will involve the Authority inviting Bidders to demonstrate how they would achieve the mandatory technical requirement. This will be on a PASS/FAIL basis. If Bidders pass stage 2 and stage 3 they will be invited to stage 4 having deemed to have met the minimum entry criteria (MEC) for Lot 1. All other suppliers will remain active and be eligible to receive any future ITT Lite should the Authority re-open the lot. Stage 4: Will consist of Framework Contract Award(s) under Lot 1 to zero, one or more suppliers (subject to the minimum requirements) at ITT (IITT-lite & Demonstration) and satisfying the MEC)). The first task will involve the Authority tasking the Bidders to present their solution further detailed within the Framework Tasking Form which will be issued to all Suppliers on Lot 1. The intent is to take through a selection of two Suppliers for each subsequent task. The Contract(s) awarded at Stage four (4) will be funded up to the end of this FY (22/23), further tasks may be included for further development post FY 22/23 (subject to Authority approvals)."
                        },
                        "where": {
                            "section": "II.I.4"
                        }
                    }
                ],
                "description": "N/A"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-5483",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "locality": "Bristol",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mr Doug Kershaw",
                "email": "douglas.kershaw102@mod.gov.uk",
                "url": "https://www.contracts.mod.uk/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://des.mod.uk/",
                "buyerProfile": "https://des.mod.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-59641",
            "name": "Space Delivery Team",
            "identifier": {
                "legalName": "Space Delivery Team"
            },
            "address": {
                "streetAddress": "Spruce 1C, Abbey Wood",
                "locality": "Bristol",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-60265",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Space Delivery Team, Spruce 1C, MoD Abbey Wood",
                "locality": "Bristol",
                "region": "UK",
                "postalCode": "BS34 8JH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Doug Kershaw",
                "email": "douglas.kershaw102@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://des.mod.uk/"
            }
        },
        {
            "id": "GB-FTS-27003",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "locality": "BRISTOL",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "douglas.kershaw102@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://des.mod.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-74380",
            "name": "CGI UK Ltd",
            "identifier": {
                "legalName": "CGI UK Ltd"
            },
            "address": {
                "streetAddress": "Clothier Road",
                "locality": "BRISTOL",
                "region": "UK",
                "postalCode": "BS4 5SS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-74381",
            "name": "Lockheed Martin UK Ltd",
            "identifier": {
                "legalName": "Lockheed Martin UK Ltd"
            },
            "address": {
                "streetAddress": "40 Grosvener Place",
                "locality": "Westminister",
                "region": "UK",
                "postalCode": "SW1X 7AW",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-74382",
            "name": "Raytheon Systems Ltd",
            "identifier": {
                "legalName": "Raytheon Systems Ltd"
            },
            "address": {
                "streetAddress": "Kao One, KAO Park",
                "locality": "Harlow",
                "region": "UK",
                "postalCode": "CM17 9NA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-74383",
            "name": "RHEATECH Ltd",
            "identifier": {
                "legalName": "RHEATECH Ltd"
            },
            "address": {
                "streetAddress": "NetPark Plexus",
                "locality": "Durham",
                "region": "UK",
                "postalCode": "TS21 3FD",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-69485",
            "name": "Telespazio UK Ltd",
            "identifier": {
                "legalName": "Telespazio UK Ltd"
            },
            "address": {
                "streetAddress": "350 Capability Green",
                "locality": "Luton",
                "region": "UK",
                "postalCode": "LU1 3LU",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-74384",
            "name": "Terma UK Ltd",
            "identifier": {
                "legalName": "Terma UK Ltd"
            },
            "address": {
                "streetAddress": "52 Brook Street",
                "locality": "London",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-74385",
            "name": "Cabinet Office",
            "identifier": {
                "legalName": "Cabinet Office"
            },
            "address": {
                "locality": "Bristol",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "http://www.gov.uk"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-27003",
        "name": "Ministry of Defence"
    },
    "language": "en",
    "awards": [
        {
            "id": "003267-2023-704294450-1",
            "relatedLots": [
                "1"
            ],
            "title": "Ground segment software solutions (core plus adaptations)",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-74380",
                    "name": "CGI UK Ltd"
                }
            ]
        },
        {
            "id": "003267-2023-704294450-2",
            "relatedLots": [
                "1"
            ],
            "title": "Ground segment software solutions (core plus adaptations)",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-74381",
                    "name": "Lockheed Martin UK Ltd"
                }
            ]
        },
        {
            "id": "003267-2023-704294450-3",
            "relatedLots": [
                "1"
            ],
            "title": "Ground segment software solutions (core plus adaptations)",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-74382",
                    "name": "Raytheon Systems Ltd"
                }
            ]
        },
        {
            "id": "003267-2023-704294450-4",
            "relatedLots": [
                "1"
            ],
            "title": "Ground segment software solutions (core plus adaptations)",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-74383",
                    "name": "RHEATECH Ltd"
                }
            ]
        },
        {
            "id": "003267-2023-704294450-5",
            "relatedLots": [
                "1"
            ],
            "title": "Ground segment software solutions (core plus adaptations)",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-69485",
                    "name": "Telespazio UK Ltd"
                }
            ]
        },
        {
            "id": "003267-2023-704294450-6",
            "relatedLots": [
                "1"
            ],
            "title": "Ground segment software solutions (core plus adaptations)",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-74384",
                    "name": "Terma UK Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "003267-2023-704294450-1",
            "awardID": "003267-2023-704294450-1",
            "title": "Ground segment software solutions (core plus adaptations)",
            "status": "active",
            "dateSigned": "2023-01-04T00:00:00Z"
        },
        {
            "id": "003267-2023-704294450-2",
            "awardID": "003267-2023-704294450-2",
            "title": "Ground segment software solutions (core plus adaptations)",
            "status": "active",
            "value": {
                "amount": 50000,
                "currency": "GBP"
            },
            "dateSigned": "2023-01-04T00:00:00Z"
        },
        {
            "id": "003267-2023-704294450-3",
            "awardID": "003267-2023-704294450-3",
            "title": "Ground segment software solutions (core plus adaptations)",
            "status": "active",
            "value": {
                "amount": 50000,
                "currency": "GBP"
            },
            "dateSigned": "2023-01-04T00:00:00Z"
        },
        {
            "id": "003267-2023-704294450-4",
            "awardID": "003267-2023-704294450-4",
            "title": "Ground segment software solutions (core plus adaptations)",
            "status": "active",
            "value": {
                "amount": 50000,
                "currency": "GBP"
            },
            "dateSigned": "2023-01-04T00:00:00Z"
        },
        {
            "id": "003267-2023-704294450-5",
            "awardID": "003267-2023-704294450-5",
            "title": "Ground segment software solutions (core plus adaptations)",
            "status": "active",
            "value": {
                "amount": 50000,
                "currency": "GBP"
            },
            "dateSigned": "2023-01-04T00:00:00Z"
        },
        {
            "id": "003267-2023-704294450-6",
            "awardID": "003267-2023-704294450-6",
            "title": "Ground segment software solutions (core plus adaptations)",
            "status": "active",
            "value": {
                "amount": 50000,
                "currency": "GBP"
            },
            "dateSigned": "2023-01-04T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "3",
                "measure": "bids",
                "relatedLot": "1",
                "value": 13
            },
            {
                "id": "8",
                "measure": "bids",
                "relatedLot": "1",
                "value": 13
            },
            {
                "id": "13",
                "measure": "bids",
                "relatedLot": "1",
                "value": 13
            },
            {
                "id": "14",
                "measure": "bids",
                "relatedLot": "1",
                "value": 13
            },
            {
                "id": "15",
                "measure": "bids",
                "relatedLot": "1",
                "value": 13
            },
            {
                "id": "16",
                "measure": "bids",
                "relatedLot": "1",
                "value": 13
            },
            {
                "id": "4",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "9",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "5",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 12
            },
            {
                "id": "10",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 12
            },
            {
                "id": "6",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "11",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "7",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 13
            },
            {
                "id": "12",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 13
            },
            {
                "id": "1",
                "measure": "lowestValidBidValue",
                "relatedLot": "1",
                "value": 50000,
                "currency": "GBP"
            },
            {
                "id": "2",
                "measure": "highestValidBidValue",
                "relatedLot": "1",
                "value": 50000,
                "currency": "GBP"
            }
        ]
    }
}