Award

LSSL Street Cleansing Vehicle Hire (Framework)

LIVERPOOL STREETSCENE SERVICES LTD

This public procurement record has 2 releases in its history.

Award

08 Mar 2023 at 16:06

Tender

28 Sep 2022 at 12:30

Summary of the contracting process

The Liverpool Streetscene Services Limited (LSSL), a subsidiary of Liverpool City Council (LCC), has completed a procurement process to create a framework agreement for hiring street cleansing vehicles in Liverpool. The contract covers road sweeping, graffiti cleaning, waste transfer, and more. The procurement stage was an open procedure, with the tender titled "LSSL Street Cleansing Vehicle Hire (Framework)". Key vehicles include Compact Sweepers, Chassis Mounted Sweepers, and Small Refuse Collection Vehicles. The deadline for submissions was on 31st October 2022.

This tender offers opportunities for businesses in the goods sector, especially those providing road-sweeping and refuse collection vehicles. Companies interested in providing Compact Sweepers, Chassis Mounted Sweepers, or Refuse Collection Vehicles are well-suited to compete. The procurement method was an open procedure, with LCC aiming to appoint a single supplier to each lot. Successful bidders will have the chance to work with LSSL to provide essential services in Liverpool. The total contract value for the framework agreement was £3,414,000 GBP.

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

LSSL Street Cleansing Vehicle Hire (Framework)

Notice Description

Liverpool Streetscene Services Limited (LSSL) is a wholly owned subsidiary of Liverpool City Council (LCC) and in March 2016 was formed to deliver several essential services across the city of Liverpool including refuse and recycling, street cleansing and parks, cemeteries and grounds maintenance. One of the largest contracts LSSL has is Street Cleansing. This contract is responsible for road sweeping, graffiti cleaning, flytip removal, litter bin servicing, waste transfer, weed spraying and special event cleansing across the City of Liverpool. The service has recently gone through a service review and one of areas as part of that was the introduction of a Fleet Replacement Strategy. The fleet replacement is to be carried out over two stages, with this first stage focusing on; Compact Sweepers, Chassis Mounted Sweepers and 7.5t Refuse Collection Vehicles (RCVs). This tender exercise will create a framework agreement for LSSL to hire the below vehicle types; Vehicle 1 - Compact Sweepers (3.5t) Vehicle 2 - Compact Sweepers [Hako Citymaster 1650] (3.5t) Vehicle 3 - Chassis Mounted Sweepers (7.5t) Vehicle 4 - Chassis Mounted Sweepers (15t) Vehicle 5 - Small Refuse Collection Vehicles (7.5t) LCC plan to appoint a single supplier to each lot, the call-off method will be via direct award.

Lot Information

Vehicle 1 - Compact Sweepers (3.5t)

Lot 1 - Compact Sweepers - Quantity Required: 6 Vehicles must have at minimum a Euro 5 engine to comply with air quality pledges. Where possible, alternatively fuelled vehicles will be considered. Sweepers must be duel sweep. Sweepers must be fitted with low and high pressure spray bars to the front of the vehicle to allow spray suppression Sweepers must be fitted with R65 compliant beacons to include cab mounted beacon bar and beacons mounted to both sides and rear. Sweepers must be fitted with Chapter 8 chevrons to the rear and conspicuity tape to the sides and rear. Sweepers must be fitted with a direction arrow board on the rear Sweepers must be fitted with hand lance/washing equipment. Sweepers must be fitted with a wander hose (not rear mounted) On board weighing systems for sweepers are preferred but not essential. Cyclist awareness system must be fitted to all vehicles. Teal hand wash system is optional. Vehicles should have tyre pressure decals placed in an appropriate part of the body above each wheel arch. Vehicles should have unladen weight or payload capacity displayed on the body by decal. Vehicles must have reverse cameras/alarms. Sweepers must have air conditioning Sweepers must be plated at 3.5t GVW. LSSL's preference is for new vehicles due to the length of the contract, however 'nearly new' vehicles will be considered, but will be scored accordingly as outlines in the ITT document.

Compact Sweepers (Hako Citymaster 1650) (3.5t)

Compact Sweepers (Hako Citymaster 1650) - Quantity Required: 1 Vehicles must have at minimum a Euro 5 engine to comply with air quality pledges. Where possible, alternatively fuelled vehicles will be considered. Sweepers must be duel sweep. Sweepers must be fitted with low and high pressure spray bars to the front of the vehicle to allow spray suppression Sweepers must be fitted with R65 compliant beacons to include cab mounted beacon bar and beacons mounted to both sides and rear. Sweepers must be fitted with Chapter 8 chevrons to the rear and conspicuity tape to the sides and rear. Sweepers must be fitted with a direction arrow board on the rear Sweepers must be fitted with hand lance/washing equipment. Sweepers must be fitted with a wander hose (not rear mounted) On board weighing systems for sweepers are preferred but not essential. Cyclist awareness system must be fitted to all vehicles. Teal hand wash system is optional. Vehicles should have tyre pressure decals placed in an appropriate part of the body above each wheel arch. Vehicles should have unladen weight or payload capacity displayed on the body by decal. Vehicles must have reverse cameras/alarms. Sweepers must have air conditioning Sweepers must be plated at 3.5t GVW. LSSL's preference is for new vehicles due to the length of the contract, however 'nearly new' vehicles will be considered, but will be scored accordingly as outlines in the ITT document.

Chassis Mounted Sweepers (7.5t)

Chassis Mounted Sweepers (7.5T) - Quantity Required: 2 Vehicles must have at minimum a Euro 6 engine to comply with air quality pledges. Where possible, alternatively fuelled vehicles will be considered. Sweepers must be duel sweep. Sweepers must be fitted with low and high pressure spray bars to the front of the vehicle to allow spray suppression Sweepers must be fitted with R65 compliant beacons to include cab mounted beacon bar and beacons mounted to both sides and rear. Sweepers must be fitted with Chapter 8 chevrons to the rear and conspicuity tape to the sides and rear. Sweepers must be fitted with a direction arrow board. Sweepers must be fitted with hand lance/washing equipment. Sweepers must be fitted with a wander hose to the rear. On board weighing systems for sweepers are preferred but not essential. Cyclist awareness system must be fitted to all vehicles. Teal hand wash system is optional. Vehicles should have tyre pressure decals placed in an appropriate part of the body above each wheel arch. Vehicles should have unladen weight or payload capacity displayed on the body by decal. Vehicles must have reverse cameras/alarms. Sweepers must be plated at 7.5t GVW. 7.5t GVW sweepers are to be mounted on a DAF chassis as it is reliable, robust and allows better manoeuvrability as the turning circle is sharper which is required for areas within the city centre. Vehicles must be left hand drive with relevant warning decals to the rear Vehicles must be digital tachograph capable LSSL's preference is for new vehicles due to the length of the contract, however 'nearly new' vehicles will be considered, but will be scored accordingly as outlines in the ITT document.

Chassis Mounted Sweepers (15t)

Chassis Mounted Sweepers (15T) - Quantity Required: 4 Vehicles must have at minimum a Euro 6 engine to comply with air quality pledges. Where possible, alternatively fuelled vehicles will be considered. Sweepers must be duel sweep. Sweepers must be fitted with low and high pressure spray bars to the front of the vehicle to allow spray suppression Sweepers must be fitted with R65 compliant beacons to include cab mounted beacon bar and beacons mounted to both sides and rear. Sweepers must be fitted with Chapter 8 chevrons to the rear and conspicuity tape to the sides and rear. Sweepers must be fitted with a direction arrow board. Sweepers must be fitted with hand lance/washing equipment. Sweepers must be fitted with a wander hose to the rear. On board weighing systems for sweepers are preferred but not essential. Cyclist awareness system must be fitted to all vehicles. Teal hand wash system is optional. Vehicles should have tyre pressure decals placed in an appropriate part of the body above each wheel arch. Vehicles should have unladen weight or payload capacity displayed on the body by decal. Vehicles must have reverse cameras/alarms. Sweepers must be plated at 15t GVW. 15t GVW sweepers are to be mounted on a DAF chassis as it is reliable, robust and allows better manoeuvrability as the turning circle is sharper which is required for areas within the city centre. Vehicles must be left hand drive with relevant warning decals to the rear Vehicles must be digital tachograph capable LSSL's preference is for new vehicles due to the length of the contract, however 'nearly new' vehicles will be considered, but will be scored accordingly as outlines in the ITT document.

Small Refuse Collection Vehicles (7.5t)

Refuse Collection Vehicles (RCVs) - Quantity Required: 6 Vehicles must have at minimum a Euro 6 engine to comply with air quality pledges. Where possible, alternatively fuelled vehicles will be considered. On board weighing systems are preferred but not essential. Cyclist awareness system must be fitted to all vehicles. Teal hand wash system is optional. Vehicles should have tyre pressure decals placed in an appropriate part of the body above each wheel arch. Vehicles should have unladen weight or payload capacity displayed on the body by decal. Vehicles must have reverse cameras/alarms. RCVs must be plated at 7.5t GVW. RCVs are to be left hand drive, with warning decals to the rear RCVs must be able to lift both domestic wheelie bins (240L) and euro bins (660L & 1100L) LSSL's preference is for new vehicles due to the length of the contract, however 'nearly new' vehicles will be considered, but will be scored accordingly as outlined in the ITT document.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-036c1d
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/006793-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation


CPV Codes

34144430 - Road-sweeping vehicles

34144511 - Refuse-collection vehicles

Notice Value(s)

Tender Value
£3,414,000 £1M-£10M
Lots Value
£3,414,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£3,039,640 £1M-£10M

Notice Dates

Publication Date
8 Mar 20232 years ago
Submission Deadline
31 Oct 2022Expired
Future Notice Date
Not specified
Award Date
5 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
LIVERPOOL STREETSCENE SERVICES LTD
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LIVERPOOL
Postcode
L13 3HS
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD72 Liverpool
Delivery Location
TLD72 Liverpool

Local Authority
Liverpool
Electoral Ward
Old Swan West
Westminster Constituency
Liverpool West Derby

Supplier Information

Number of Suppliers
1
Supplier Name

DAWSONGROUP ENVIRONMENTAL MUNICIPAL CIVIL

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-036c1d-2023-03-08T16:06:04Z",
    "date": "2023-03-08T16:06:04Z",
    "ocid": "ocds-h6vhtk-036c1d",
    "initiationType": "tender",
    "tender": {
        "id": "DN634961",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "LSSL Street Cleansing Vehicle Hire (Framework)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "34144430",
            "description": "Road-sweeping vehicles"
        },
        "mainProcurementCategory": "goods",
        "description": "Liverpool Streetscene Services Limited (LSSL) is a wholly owned subsidiary of Liverpool City Council (LCC) and in March 2016 was formed to deliver several essential services across the city of Liverpool including refuse and recycling, street cleansing and parks, cemeteries and grounds maintenance. One of the largest contracts LSSL has is Street Cleansing. This contract is responsible for road sweeping, graffiti cleaning, flytip removal, litter bin servicing, waste transfer, weed spraying and special event cleansing across the City of Liverpool. The service has recently gone through a service review and one of areas as part of that was the introduction of a Fleet Replacement Strategy. The fleet replacement is to be carried out over two stages, with this first stage focusing on; Compact Sweepers, Chassis Mounted Sweepers and 7.5t Refuse Collection Vehicles (RCVs). This tender exercise will create a framework agreement for LSSL to hire the below vehicle types; Vehicle 1 - Compact Sweepers (3.5t) Vehicle 2 - Compact Sweepers [Hako Citymaster 1650] (3.5t) Vehicle 3 - Chassis Mounted Sweepers (7.5t) Vehicle 4 - Chassis Mounted Sweepers (15t) Vehicle 5 - Small Refuse Collection Vehicles (7.5t) LCC plan to appoint a single supplier to each lot, the call-off method will be via direct award.",
        "value": {
            "amount": 3414000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsBidPerSupplier": 1,
            "maximumLotsAwardedPerSupplier": 5
        },
        "lots": [
            {
                "id": "1",
                "title": "Vehicle 1 - Compact Sweepers (3.5t)",
                "description": "Lot 1 - Compact Sweepers - Quantity Required: 6 Vehicles must have at minimum a Euro 5 engine to comply with air quality pledges. Where possible, alternatively fuelled vehicles will be considered. Sweepers must be duel sweep. Sweepers must be fitted with low and high pressure spray bars to the front of the vehicle to allow spray suppression Sweepers must be fitted with R65 compliant beacons to include cab mounted beacon bar and beacons mounted to both sides and rear. Sweepers must be fitted with Chapter 8 chevrons to the rear and conspicuity tape to the sides and rear. Sweepers must be fitted with a direction arrow board on the rear Sweepers must be fitted with hand lance/washing equipment. Sweepers must be fitted with a wander hose (not rear mounted) On board weighing systems for sweepers are preferred but not essential. Cyclist awareness system must be fitted to all vehicles. Teal hand wash system is optional. Vehicles should have tyre pressure decals placed in an appropriate part of the body above each wheel arch. Vehicles should have unladen weight or payload capacity displayed on the body by decal. Vehicles must have reverse cameras/alarms. Sweepers must have air conditioning Sweepers must be plated at 3.5t GVW. LSSL's preference is for new vehicles due to the length of the contract, however 'nearly new' vehicles will be considered, but will be scored accordingly as outlines in the ITT document.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 972000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "2",
                "title": "Compact Sweepers (Hako Citymaster 1650) (3.5t)",
                "description": "Compact Sweepers (Hako Citymaster 1650) - Quantity Required: 1 Vehicles must have at minimum a Euro 5 engine to comply with air quality pledges. Where possible, alternatively fuelled vehicles will be considered. Sweepers must be duel sweep. Sweepers must be fitted with low and high pressure spray bars to the front of the vehicle to allow spray suppression Sweepers must be fitted with R65 compliant beacons to include cab mounted beacon bar and beacons mounted to both sides and rear. Sweepers must be fitted with Chapter 8 chevrons to the rear and conspicuity tape to the sides and rear. Sweepers must be fitted with a direction arrow board on the rear Sweepers must be fitted with hand lance/washing equipment. Sweepers must be fitted with a wander hose (not rear mounted) On board weighing systems for sweepers are preferred but not essential. Cyclist awareness system must be fitted to all vehicles. Teal hand wash system is optional. Vehicles should have tyre pressure decals placed in an appropriate part of the body above each wheel arch. Vehicles should have unladen weight or payload capacity displayed on the body by decal. Vehicles must have reverse cameras/alarms. Sweepers must have air conditioning Sweepers must be plated at 3.5t GVW. LSSL's preference is for new vehicles due to the length of the contract, however 'nearly new' vehicles will be considered, but will be scored accordingly as outlines in the ITT document.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 144000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "3",
                "title": "Chassis Mounted Sweepers (7.5t)",
                "description": "Chassis Mounted Sweepers (7.5T) - Quantity Required: 2 Vehicles must have at minimum a Euro 6 engine to comply with air quality pledges. Where possible, alternatively fuelled vehicles will be considered. Sweepers must be duel sweep. Sweepers must be fitted with low and high pressure spray bars to the front of the vehicle to allow spray suppression Sweepers must be fitted with R65 compliant beacons to include cab mounted beacon bar and beacons mounted to both sides and rear. Sweepers must be fitted with Chapter 8 chevrons to the rear and conspicuity tape to the sides and rear. Sweepers must be fitted with a direction arrow board. Sweepers must be fitted with hand lance/washing equipment. Sweepers must be fitted with a wander hose to the rear. On board weighing systems for sweepers are preferred but not essential. Cyclist awareness system must be fitted to all vehicles. Teal hand wash system is optional. Vehicles should have tyre pressure decals placed in an appropriate part of the body above each wheel arch. Vehicles should have unladen weight or payload capacity displayed on the body by decal. Vehicles must have reverse cameras/alarms. Sweepers must be plated at 7.5t GVW. 7.5t GVW sweepers are to be mounted on a DAF chassis as it is reliable, robust and allows better manoeuvrability as the turning circle is sharper which is required for areas within the city centre. Vehicles must be left hand drive with relevant warning decals to the rear Vehicles must be digital tachograph capable LSSL's preference is for new vehicles due to the length of the contract, however 'nearly new' vehicles will be considered, but will be scored accordingly as outlines in the ITT document.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 360000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "4",
                "title": "Chassis Mounted Sweepers (15t)",
                "description": "Chassis Mounted Sweepers (15T) - Quantity Required: 4 Vehicles must have at minimum a Euro 6 engine to comply with air quality pledges. Where possible, alternatively fuelled vehicles will be considered. Sweepers must be duel sweep. Sweepers must be fitted with low and high pressure spray bars to the front of the vehicle to allow spray suppression Sweepers must be fitted with R65 compliant beacons to include cab mounted beacon bar and beacons mounted to both sides and rear. Sweepers must be fitted with Chapter 8 chevrons to the rear and conspicuity tape to the sides and rear. Sweepers must be fitted with a direction arrow board. Sweepers must be fitted with hand lance/washing equipment. Sweepers must be fitted with a wander hose to the rear. On board weighing systems for sweepers are preferred but not essential. Cyclist awareness system must be fitted to all vehicles. Teal hand wash system is optional. Vehicles should have tyre pressure decals placed in an appropriate part of the body above each wheel arch. Vehicles should have unladen weight or payload capacity displayed on the body by decal. Vehicles must have reverse cameras/alarms. Sweepers must be plated at 15t GVW. 15t GVW sweepers are to be mounted on a DAF chassis as it is reliable, robust and allows better manoeuvrability as the turning circle is sharper which is required for areas within the city centre. Vehicles must be left hand drive with relevant warning decals to the rear Vehicles must be digital tachograph capable LSSL's preference is for new vehicles due to the length of the contract, however 'nearly new' vehicles will be considered, but will be scored accordingly as outlines in the ITT document.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 786000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "5",
                "title": "Small Refuse Collection Vehicles (7.5t)",
                "description": "Refuse Collection Vehicles (RCVs) - Quantity Required: 6 Vehicles must have at minimum a Euro 6 engine to comply with air quality pledges. Where possible, alternatively fuelled vehicles will be considered. On board weighing systems are preferred but not essential. Cyclist awareness system must be fitted to all vehicles. Teal hand wash system is optional. Vehicles should have tyre pressure decals placed in an appropriate part of the body above each wheel arch. Vehicles should have unladen weight or payload capacity displayed on the body by decal. Vehicles must have reverse cameras/alarms. RCVs must be plated at 7.5t GVW. RCVs are to be left hand drive, with warning decals to the rear RCVs must be able to lift both domestic wheelie bins (240L) and euro bins (660L & 1100L) LSSL's preference is for new vehicles due to the length of the contract, however 'nearly new' vehicles will be considered, but will be scored accordingly as outlined in the ITT document.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "10"
                        }
                    ]
                },
                "value": {
                    "amount": 1152000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34144430",
                        "description": "Road-sweeping vehicles"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD72"
                    },
                    {
                        "region": "UKD72"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34144430",
                        "description": "Road-sweeping vehicles"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD72"
                    },
                    {
                        "region": "UKD72"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34144430",
                        "description": "Road-sweeping vehicles"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD72"
                    },
                    {
                        "region": "UKD72"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34144430",
                        "description": "Road-sweeping vehicles"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD72"
                    },
                    {
                        "region": "UKD72"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34144511",
                        "description": "Refuse-collection vehicles"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD72"
                    },
                    {
                        "region": "UKD72"
                    }
                ],
                "relatedLot": "5"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://procontract.due-north.com",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 5
            }
        },
        "tenderPeriod": {
            "endDate": "2022-10-31T10:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2022-10-31T10:00:00Z"
        },
        "bidOpening": {
            "date": "2022-10-31T10:00:00Z"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-64550",
            "name": "Liverpool Streetscene Services Ltd",
            "identifier": {
                "legalName": "Liverpool Streetscene Services Ltd"
            },
            "address": {
                "streetAddress": "Newton Road",
                "locality": "Liverpool",
                "region": "UKD72",
                "postalCode": "L13 3HS",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mr Greg Nixon",
                "email": "greg.nixon2@liverpool.gov.uk",
                "url": "http://procontract.due-north.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.liverpool.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ],
                "buyerProfile": "http://www.liverpool.gov.uk"
            }
        },
        {
            "id": "GB-FTS-23192",
            "name": "Liverpool City Council",
            "identifier": {
                "legalName": "Liverpool City Council"
            },
            "address": {
                "streetAddress": "Cunard Building",
                "locality": "Liverpool",
                "postalCode": "L3 1DS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-77095",
            "name": "Dawsongroup Environmental Municipal Civil Limited",
            "identifier": {
                "legalName": "Dawsongroup Environmental Municipal Civil Limited"
            },
            "address": {
                "streetAddress": "Delaware Drive, Tongwell",
                "locality": "Milton Keynes",
                "region": "UKJ12",
                "postalCode": "MK15 8JH",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-64550",
        "name": "Liverpool Streetscene Services Ltd"
    },
    "language": "en",
    "awards": [
        {
            "id": "006793-2023-DN634961-1",
            "relatedLots": [
                "1"
            ],
            "title": "Lot 1 - Compact Sweepers (3.5t)",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-77095",
                    "name": "Dawsongroup Environmental Municipal Civil Limited"
                }
            ]
        },
        {
            "id": "006793-2023-DN634961-2",
            "relatedLots": [
                "2"
            ],
            "title": "Lot 2 - Compact Sweepers (Hako Citymaster 1650) (3.5t)",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-77095",
                    "name": "Dawsongroup Environmental Municipal Civil Limited"
                }
            ]
        },
        {
            "id": "006793-2023-DN634961-3",
            "relatedLots": [
                "3"
            ],
            "title": "Lot 3 - Chassis Mounted Sweepers (7.5t)",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-77095",
                    "name": "Dawsongroup Environmental Municipal Civil Limited"
                }
            ]
        },
        {
            "id": "006793-2023-DN634961-4",
            "relatedLots": [
                "4"
            ],
            "title": "Lot 4 - Chassis Mounted Sweepers (15t)",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-77095",
                    "name": "Dawsongroup Environmental Municipal Civil Limited"
                }
            ]
        },
        {
            "id": "006793-2023-DN634961-5",
            "relatedLots": [
                "5"
            ],
            "title": "Lot 5 - Small Refuse Collection Vehicles (7.5t)",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-77095",
                    "name": "Dawsongroup Environmental Municipal Civil Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "006793-2023-DN634961-1",
            "awardID": "006793-2023-DN634961-1",
            "title": "Lot 1 - Compact Sweepers (3.5t)",
            "status": "active",
            "value": {
                "amount": 864480,
                "currency": "GBP"
            },
            "dateSigned": "2023-01-05T00:00:00Z"
        },
        {
            "id": "006793-2023-DN634961-2",
            "awardID": "006793-2023-DN634961-2",
            "title": "Lot 2 - Compact Sweepers (Hako Citymaster 1650) (3.5t)",
            "status": "active",
            "value": {
                "amount": 155520,
                "currency": "GBP"
            },
            "dateSigned": "2023-01-05T00:00:00Z"
        },
        {
            "id": "006793-2023-DN634961-3",
            "awardID": "006793-2023-DN634961-3",
            "title": "Lot 3 - Chassis Mounted Sweepers (7.5t)",
            "status": "active",
            "value": {
                "amount": 365640,
                "currency": "GBP"
            },
            "dateSigned": "2023-01-05T00:00:00Z"
        },
        {
            "id": "006793-2023-DN634961-4",
            "awardID": "006793-2023-DN634961-4",
            "title": "Lot 4 - Chassis Mounted Sweepers (15t)",
            "status": "active",
            "value": {
                "amount": 708400,
                "currency": "GBP"
            },
            "dateSigned": "2023-01-05T00:00:00Z"
        },
        {
            "id": "006793-2023-DN634961-5",
            "awardID": "006793-2023-DN634961-5",
            "title": "Lot 5 - Small Refuse Collection Vehicles (7.5t)",
            "status": "active",
            "value": {
                "amount": 945600,
                "currency": "GBP"
            },
            "dateSigned": "2023-01-05T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "2",
                "measure": "bids",
                "relatedLot": "2",
                "value": 1
            },
            {
                "id": "3",
                "measure": "bids",
                "relatedLot": "3",
                "value": 1
            },
            {
                "id": "4",
                "measure": "bids",
                "relatedLot": "4",
                "value": 1
            },
            {
                "id": "5",
                "measure": "bids",
                "relatedLot": "5",
                "value": 1
            }
        ]
    }
}