Notice Information
Notice Title
https://southernwater.bravosolution.co.uk
Notice Description
Southern Water Services (SWS) is anticipating that AMP8 will be the largest investment programme it has ever undertaken, given its plans for WINEP and WRMP, and the service it is seeking to deliver for customers. SWS now wishes to secure a range of supply chain partners for the delivery of its AMP8 capital programme. The AMP8 regulatory period will run from April 2025 to March 2030. The current frameworks used for engineering, design and construction services have been in place for almost 10 years and expire on 31st March 2025. In procuring new frameworks, we are seeking to build on positive changes made in AMP7, but also to look beyond AMP8 and take important steps to reflect supplier feedback, moving towards excellence in all that we do. The new arrangements will offer the option of running for AMP9. In parallel to this procurement process, Southern Water is working up its plans for PR24 - including working with our regulators and stakeholders to confirm the investment that will be available, and the capital delivery projects that will need to be undertaken. The PR24 process will benefit from having the AMP8 supply chain in place to assist with ongoing planning and transition to AMP8. A collaborative framework will be established to deliver low complexity infrastructure design and build schemes. The framework will have 2 lots one for water and wastewater. A framework for Non-Infrastructure works has already been established for the remainder of AMP 7 and 8. The Partner shall work with the Client to provide engineering capability and expertise to: Identify and develop options in accordance with the Client's technical and engineering standards for all aspects of Water and Wastewater systems.
Lot Information
Capital Infrastructure Water
This is intended to be used for routine asset replacement works which require limited design, and can be readily packaged and allocated by the Client. The Contractor shall work with the Client to provide engineering capability and expertise to: Identify and develop options in accordance with the Client's technical and engineering standards for all aspects of Water and Wastewater systems. Achieve the required asset performance or customer outcomes by identifying: low build or no-build solutions. sustainable including low carbon, catchment, and nature-based solutions. lowest Totex or Best Value solutions across an agreed Tranche or Programme of works. how the solution(s) deliver benefit through the Client's Balanced Scorecard, and at an aggregate catchment or system level. The Contractor shall provide construction management services and expertise including: Create, manage and optimise its allocated programmes, including developing programme, tranche and project execution plans as required by the Client. Supporting the Client with Pre-construction Enabling Activities. Undertaking Construction Enabling Activities (e.g. site surveys, site preparation, streetworks management, including communicating with the customer). Preparing all aspects of work delivery planning, including identification of the most cost-efficient civils, mechanical and electrical, and environmental construction resource to deliver the works, for review and acceptance by the Client. Work with the client to regularly optimise the specification and procurement of the Client's Standard Asset List, including use of centralised or buying club solutions Managing and undertaking construction delivery to the time, cost, quality and risk parameters agreed with the Client, Managing and undertaking commissioning and handover according to Client Engineering Standards.
Renewal: Extensions options available for 3 x 1 year
Capital Infrastructure WastewaterThis is intended to be used for routine asset replacement works which require limited design, and can be readily packaged and allocated by the Client. The Contractor shall work with the Client to provide engineering capability and expertise to: Identify and develop options in accordance with the Client's technical and engineering standards for all aspects of Water and Wastewater systems. Achieve the required asset performance or customer outcomes by identifying: low build or no-build solutions. sustainable including low carbon, catchment, and nature-based solutions. lowest Totex or Best Value solutions across an agreed Tranche or Programme of works. how the solution(s) deliver benefit through the Client's Balanced Scorecard, and at an aggregate catchment or system level. The Contractor shall provide construction management services and expertise including: Create, manage and optimise its allocated programmes, including developing programme, tranche and project execution plans as required by the Client. Supporting the Client with Pre-construction Enabling Activities. Undertaking Construction Enabling Activities (e.g. site surveys, site preparation, streetworks management, including communicating with the customer). Preparing all aspects of work delivery planning, including identification of the most cost-efficient civils, mechanical and electrical, and environmental construction resource to deliver the works, for review and acceptance by the Client. Work with the client to regularly optimise the specification and procurement of the Client's Standard Asset List, including use of centralised or buying club solutions Managing and undertaking construction delivery to the time, cost, quality and risk parameters agreed with the Client, Managing and undertaking commissioning and handover according to Client Engineering Standards.
Renewal: Extensions options available for 3 x 1 year
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03aea5
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/028667-2024
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning 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, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45200000 - Works for complete or part construction and civil engineering work
Notice Value(s)
- Tender Value
- £700,000,000 £100M-£1B
- Lots Value
- £700,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £262,700,000 £100M-£1B
Notice Dates
- Publication Date
- 6 Sep 20241 years ago
- Submission Deadline
- 5 Jun 2023Expired
- Future Notice Date
- 3 Apr 2023Expired
- Award Date
- 31 Aug 20241 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
- SOUTHERN WATER SERVICES LTD.
- Contact Name
- Not specified
- Contact Email
- kirsty.lodge@southernwater.co.uk
- Contact Phone
- +44 1903264444
Buyer Location
- Locality
- WORTHING
- Postcode
- BN13 3NX
- Post Town
- Brighton
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ2 Surrey, East and West Sussex
- Small Region (ITL 3)
- TLJ27 West Sussex (South West)
- Delivery Location
- TLJ South East (England)
-
- Local Authority
- Worthing
- Electoral Ward
- Northbrook
- Westminster Constituency
- Worthing West
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-03aea5-2024-09-06T16:34:35+01:00",
"date": "2024-09-06T16:34:35+01:00",
"ocid": "ocds-h6vhtk-03aea5",
"description": "Framework will not exceed 8 years Initial term AMP 7 and 8 5 Years Extension term up to 3 years x 1 year extension options (estimation only PS700M) Submission of expression of interest and procurement specific information: This procurement exercise will be conducted on the Jaggaer One e-procurement portal at: https://southernwater.bravosolution.co.uk/ Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement specific information through the portal as follows: i) Candidates should register on the Jaggaer One e-procurement portal at: https://southernwater.bravosolution.co.uk/ ii) Once registered, candidates must express their interest as follows: a) login to the portal; b) select 'View current opportunities and notices'; c) access the listing related to this framework d) click on Express Interest button; iii) Once you have expressed interest, please complete the PQQ. You must then publish your reply using the publish button; iv) For any support in submitting your expression of interest please contact the eTendering help desk at. 0800 368 4850 or help@bravosolution.co.uk https://southernwater.bravosolution.co.uk/esop/guest/go/opportunity/detail?opportunityId=55889 CLOSING DATE FOR PQQ IS 05/06/2023",
"initiationType": "tender",
"tender": {
"id": "prj_4065",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "https://southernwater.bravosolution.co.uk",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
"mainProcurementCategory": "works",
"description": "Southern Water Services (SWS) is anticipating that AMP8 will be the largest investment programme it has ever undertaken, given its plans for WINEP and WRMP, and the service it is seeking to deliver for customers. SWS now wishes to secure a range of supply chain partners for the delivery of its AMP8 capital programme. The AMP8 regulatory period will run from April 2025 to March 2030. The current frameworks used for engineering, design and construction services have been in place for almost 10 years and expire on 31st March 2025. In procuring new frameworks, we are seeking to build on positive changes made in AMP7, but also to look beyond AMP8 and take important steps to reflect supplier feedback, moving towards excellence in all that we do. The new arrangements will offer the option of running for AMP9. In parallel to this procurement process, Southern Water is working up its plans for PR24 - including working with our regulators and stakeholders to confirm the investment that will be available, and the capital delivery projects that will need to be undertaken. The PR24 process will benefit from having the AMP8 supply chain in place to assist with ongoing planning and transition to AMP8. A collaborative framework will be established to deliver low complexity infrastructure design and build schemes. The framework will have 2 lots one for water and wastewater. A framework for Non-Infrastructure works has already been established for the remainder of AMP 7 and 8. The Partner shall work with the Client to provide engineering capability and expertise to: Identify and develop options in accordance with the Client's technical and engineering standards for all aspects of Water and Wastewater systems.",
"value": {
"amount": 700000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "This is intended to be used for routine asset replacement works which require limited design, and can be readily packaged and allocated by the Client. The Contractor shall work with the Client to provide engineering capability and expertise to: Identify and develop options in accordance with the Client's technical and engineering standards for all aspects of Water and Wastewater systems. Achieve the required asset performance or customer outcomes by identifying: low build or no-build solutions. sustainable including low carbon, catchment, and nature-based solutions. lowest Totex or Best Value solutions across an agreed Tranche or Programme of works. how the solution(s) deliver benefit through the Client's Balanced Scorecard, and at an aggregate catchment or system level. The Contractor shall provide construction management services and expertise including: Create, manage and optimise its allocated programmes, including developing programme, tranche and project execution plans as required by the Client. Supporting the Client with Pre-construction Enabling Activities. Undertaking Construction Enabling Activities (e.g. site surveys, site preparation, streetworks management, including communicating with the customer). Preparing all aspects of work delivery planning, including identification of the most cost-efficient civils, mechanical and electrical, and environmental construction resource to deliver the works, for review and acceptance by the Client. Work with the client to regularly optimise the specification and procurement of the Client's Standard Asset List, including use of centralised or buying club solutions Managing and undertaking construction delivery to the time, cost, quality and risk parameters agreed with the Client, Managing and undertaking commissioning and handover according to Client Engineering Standards.",
"status": "cancelled",
"title": "Capital Infrastructure Water",
"value": {
"amount": 294000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "Extensions options available for 3 x 1 year"
},
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 6
},
"selectionCriteria": {
"description": "Tenderers must pass the the essential criteria to qualify for ITT as detailed in the procurement documents. Candidates will then be shortlisted on best technical score. It is intended to take up to 6 highest scoring Tenderers from the PQQ stage through to ITT per lot"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "70"
},
{
"name": "Commercial",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "30"
}
]
}
},
{
"id": "2",
"title": "Capital Infrastructure Wastewater",
"description": "This is intended to be used for routine asset replacement works which require limited design, and can be readily packaged and allocated by the Client. The Contractor shall work with the Client to provide engineering capability and expertise to: Identify and develop options in accordance with the Client's technical and engineering standards for all aspects of Water and Wastewater systems. Achieve the required asset performance or customer outcomes by identifying: low build or no-build solutions. sustainable including low carbon, catchment, and nature-based solutions. lowest Totex or Best Value solutions across an agreed Tranche or Programme of works. how the solution(s) deliver benefit through the Client's Balanced Scorecard, and at an aggregate catchment or system level. The Contractor shall provide construction management services and expertise including: Create, manage and optimise its allocated programmes, including developing programme, tranche and project execution plans as required by the Client. Supporting the Client with Pre-construction Enabling Activities. Undertaking Construction Enabling Activities (e.g. site surveys, site preparation, streetworks management, including communicating with the customer). Preparing all aspects of work delivery planning, including identification of the most cost-efficient civils, mechanical and electrical, and environmental construction resource to deliver the works, for review and acceptance by the Client. Work with the client to regularly optimise the specification and procurement of the Client's Standard Asset List, including use of centralised or buying club solutions Managing and undertaking construction delivery to the time, cost, quality and risk parameters agreed with the Client, Managing and undertaking commissioning and handover according to Client Engineering Standards.",
"value": {
"amount": 406000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "Extensions options available for 3 x 1 year"
},
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 6
},
"selectionCriteria": {
"description": "Tenderers must pass the the essential criteria to qualify for ITT as detailed in the procurement documents. Candidates will then be shortlisted on best technical score. It is intended to take up to 6 highest scoring Tenderers from the PQQ stage through to ITT per lot"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "70"
},
{
"name": "Commercial",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "30"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
}
],
"deliveryAddresses": [
{
"region": "UKJ"
},
{
"region": "UKJ"
},
{
"region": "UKJ"
}
],
"deliveryLocation": {
"description": "Sussex, Kent, Hampshire and Isle of Wight"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
}
],
"deliveryAddresses": [
{
"region": "UKJ"
},
{
"region": "UKJ"
}
],
"deliveryLocation": {
"description": "Sussex, Kent, Hampshire and Isle of Wight"
},
"relatedLot": "2"
}
],
"communication": {
"futureNoticeDate": "2023-04-04T00:00:00+01:00",
"atypicalToolUrl": "https://southernwater.bravosolution.co.uk/"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 2,
"awardCriteriaDetails": "There are no limitations to being awarded both lots. It is intended to have up to 6 Contractors appointed on the framework."
},
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://southernwater.bravosolution.co.uk/",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Qualification requirements are detailed within the sourcing portal including: Southern Water will use the Achilles Utilities Vendor Database (UVDB) to provide confirmation of certain capabilities and standards - including Health and Safety, Environmental and Corporate Social Responsibility. Further information on the UVDB is available at https://www.achilles.com/community/uvdb/ Southern Water is required by its investors to ensure that any key supplier has good economic and financial standing. A CreditSafe check will be used for this purpose, together with other background checks if needed, at the discretion of the Client. A Tenderer may be rejected if the recommended annual contract value for their company on CreditSafe is below the proposed annual value of the contract. The annual value of the contract is calculated by dividing the estimated total value by the initial period. Where a framework is tendered, the annual value would also be divided by the number of Service Providers expected to be appointed; this would not always be an equal division, as different lots may have different values. If a bidder fails this test, and only publishes abridged accounts, Southern Water may allow the bidder to proceed. This would be on the basis of providing turnover data that satisfies the annual contract value accounting for less than a half of their annual turnover; and do not have an adverse risk score on CreditSafe. Alternatively, a Parent Company Guarantee or bank Guarantee may be accepted, however it would need to fulfil the above.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"reductionCriteria": "Tenderers' response to the PQQ will be scored in the order as outlined in the sourcing portal, with those sections marked as Pass/Fail where the Tenderer will either meet or fail to meet the minimum criteria. All prospective Tenderers are required to pass each question within the SWS PQQ response forms. A full response to Qualification Envelope is required, except where indicated. Failure to respond fully to any required question in this section or not being able to meet the minimum requirement will result in the submission being non-compliant and being excluded from the process, except where the SWS Commercial Head determines that a genuine error has been made, and a correction may then be permitted."
},
"contractTerms": {
"tendererLegalForm": "Consortium proposed legal structure if the group of economic operators intends to form a named single legal entity prior to signing a contract, if awarded. If you do not propose to form a single legal entity, please explain the legal structure. Southern Water may require the consortium to assume a specific legal form if awarded the contract, to the extent that it is necessary for the satisfactory performance of the contract.",
"performanceTerms": "As stated in the procurement documents aligned with SWS balanced scorecard",
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 6
}
},
"secondStage": {
"successiveReduction": true,
"invitationDate": "2023-08-14T00:00:00+01:00"
},
"tenderPeriod": {
"endDate": "2023-06-05T16:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-76948",
"name": "Southern Water Services Ltd.",
"identifier": {
"legalName": "Southern Water Services Ltd.",
"id": "02366670"
},
"address": {
"streetAddress": "Southern House",
"locality": "Worthing",
"region": "UKJ",
"postalCode": "BN13 3NX",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1903264444",
"email": "Kirsty.Lodge@southernwater.co.uk",
"url": "https://southernwater.bravosolution.co.uk/"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.southernwater.co.uk",
"buyerProfile": "https://southernwater.bravosolution.co.uk/",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "WATER",
"description": "Water"
}
]
}
},
{
"id": "GB-FTS-45974",
"name": "Southern Water Services",
"identifier": {
"legalName": "Southern Water Services"
},
"address": {
"locality": "Worthing",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-446",
"name": "Southern Water Services Ltd.",
"identifier": {
"legalName": "Southern Water Services Ltd."
},
"address": {
"streetAddress": "Southern House",
"locality": "Worthing",
"region": "UKJ",
"postalCode": "BN13 3NX",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1903264444",
"email": "Kirsty.Lodge@southernwater.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.southernwater.co.uk",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "WATER",
"description": "Water"
}
]
}
},
{
"id": "GB-FTS-123807",
"name": "Clancy Docwra Limited",
"identifier": {
"legalName": "Clancy Docwra Limited"
},
"address": {
"locality": "Middlesex",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-17987",
"name": "Barhale Limited",
"identifier": {
"legalName": "Barhale Limited"
},
"address": {
"locality": "Walsall",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-123808",
"name": "United Living Infrastructure Services",
"identifier": {
"legalName": "United Living Infrastructure Services"
},
"address": {
"locality": "Swanley",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-123809",
"name": "J Browne Construction Limited",
"identifier": {
"legalName": "J Browne Construction Limited"
},
"address": {
"locality": "Enfield",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-123810",
"name": "Morrisons Water Services Limited",
"identifier": {
"legalName": "Morrisons Water Services Limited"
},
"address": {
"locality": "Stevenage",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-446",
"name": "Southern Water Services Ltd."
},
"language": "en",
"awards": [
{
"id": "028667-2024-1-1",
"title": "LCDR Infrastructure - Clancy Docwra",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-123807",
"name": "Clancy Docwra Limited"
}
]
},
{
"id": "028667-2024-2-2",
"relatedLots": [
"1"
],
"title": "LCDR Infrastructure - Barhale",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-17987",
"name": "Barhale Limited"
}
]
},
{
"id": "028667-2024-3-3",
"relatedLots": [
"1"
],
"title": "LCDR Infrastructure United Living",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-123808",
"name": "United Living Infrastructure Services"
}
]
},
{
"id": "028667-2024-4-4",
"relatedLots": [
"2"
],
"title": "LCDR Infrastructure J Browne",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-123809",
"name": "J Browne Construction Limited"
}
]
},
{
"id": "028667-2024-5-5",
"relatedLots": [
"2"
],
"title": "LCDR Infrastructure MWS",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-123810",
"name": "Morrisons Water Services Limited"
}
]
}
],
"contracts": [
{
"id": "028667-2024-1-1",
"awardID": "028667-2024-1-1",
"title": "LCDR Infrastructure - Clancy Docwra",
"status": "active",
"value": {
"amount": 96700000,
"currency": "GBP"
},
"dateSigned": "2024-09-01T00:00:00+01:00"
},
{
"id": "028667-2024-2-2",
"awardID": "028667-2024-2-2",
"title": "LCDR Infrastructure - Barhale",
"status": "active",
"value": {
"amount": 70000000,
"currency": "GBP"
},
"dateSigned": "2024-09-01T00:00:00+01:00"
},
{
"id": "028667-2024-3-3",
"awardID": "028667-2024-3-3",
"title": "LCDR Infrastructure United Living",
"status": "active",
"value": {
"amount": 70000000,
"currency": "GBP"
},
"dateSigned": "2024-09-01T00:00:00+01:00"
},
{
"id": "028667-2024-4-4",
"awardID": "028667-2024-4-4",
"title": "LCDR Infrastructure J Browne",
"status": "active",
"value": {
"amount": 96000000,
"currency": "GBP"
},
"dateSigned": "2024-09-01T00:00:00+01:00"
},
{
"id": "028667-2024-5-5",
"awardID": "028667-2024-5-5",
"title": "LCDR Infrastructure MWS",
"status": "active",
"value": {
"amount": 96000000,
"currency": "GBP"
},
"dateSigned": "2024-09-01T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 5
},
{
"id": "5",
"measure": "bids",
"relatedLot": "1",
"value": 5
},
{
"id": "9",
"measure": "bids",
"relatedLot": "1",
"value": 5
},
{
"id": "13",
"measure": "bids",
"relatedLot": "2",
"value": 4
},
{
"id": "16",
"measure": "bids",
"relatedLot": "2",
"value": 4
},
{
"id": "2",
"measure": "smeBids",
"value": 1
},
{
"id": "6",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "10",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "3",
"measure": "foreignBidsFromNonEU",
"value": 5
},
{
"id": "7",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 5
},
{
"id": "11",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 5
},
{
"id": "14",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 4
},
{
"id": "17",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 4
},
{
"id": "4",
"measure": "electronicBids",
"value": 5
},
{
"id": "8",
"measure": "electronicBids",
"relatedLot": "1",
"value": 5
},
{
"id": "12",
"measure": "electronicBids",
"relatedLot": "1",
"value": 5
},
{
"id": "15",
"measure": "electronicBids",
"relatedLot": "2",
"value": 4
},
{
"id": "18",
"measure": "electronicBids",
"relatedLot": "2",
"value": 4
}
]
}
}