Notice Information
Notice Title
Synergy Technology (including ERP) and Systems Integration Services
Notice Description
The Authority sought to engage the market to work with the Synergy Programme and its stakeholders to ensure the delivery of a best in class, Value for Money (VfM), shared Human Resources (HR) and Finance service that met the needs of service users. The Synergy Programme was established to bring together a number of Departments and ALBs in line with the Shared Services Strategy for Government: this includes building a common operating model, establishing Business Process Services (BPS) using one technology and one commercial strategy. The Synergy Programme comprises the following central Government Departments (Departments) and their ALBs (together the Cluster Departments). - Ministry of Justice (MoJ); - Department for Work and Pensions (DWP); - Department for the Environment, Food and Rural Affairs (DEFRA); and - Home Office (HO). The Authority (DWP) is the lead contracting authority for the Synergy Programme. The prime driver of the Synergy Programme is to drive significant business transformation across the Cluster Departments. The Synergy Programme, together with the successful suppliers will jointly develop a new Common Operating Model (COM) and introduce a new user-centric service including common data standards. The COM design will continually evolve throughout the five programme delivery phases. As a result, benefits will also continue to evolve over time. This will help identify additional benefits for the Programme and provide more robust data and narrative to justify the current benefits profile. To meet the objectives of the Synergy Programme the Authority intended to: - procure and adopt a cloud-based service leveraging the capabilities offered by a Software as-a-Service (SaaS) ERP platform and associated technologies; - procure a Systems Integration service to enable the transition (and support business change) to the SaaS ERP platform and associated technologies. The Authority seeks to deliver value and efficiency across all transaction services, including the separation of technology from service centres. The COVID pandemic, and the challenging fiscal environment that followed as a result, has heightened the drive and need for more effective and efficient delivery by all Government Departments. Key to this ambition is the ability to capture, manage and improve the quality of Finance and HR (Human Resources) data to enable better informed decisions. The Synergy Programme will drive significant business transformation across four major Departments in support of this ambition. Additionally, the government has set ambitious objectives to put sustainability at the heart of our government services. Greening government: ICT and digital services strategy 2020 to 2025 - GOV.UK (www.gov.uk ) and Greening Government Commitments 2021 to 2025 - GOV.UK (www.gov.uk) https://www.gov.uk/government/publications/greening-government-ict-and-digital-servicesstrategy-2020-2025 The Cluster Departments have circa 250,000 employees between them and has a commonality of currently using the same outsourced BPS Partner, Shared Services Connected Limited (SSCL). SSCL provide the current technology solution the Single Operating Platform (SOP) shared by DWP, DEFRA and the MoJ. SOP is based on an Oracle eBusiness Suite 12.2.6 instance recently migrated from on premise to being hosted since October 2020 on a PaaS (Platform as a Service) Oracle Cloud Infrastructure (OCI). The Home Office have a direct contractual relationship with Oracle having already migrated on to an instance of their ERP SaaS (Software as a Service) platform as part of their METIS Programme
Lot Information
Lot 1
The Authority commenced a bundled procurement for Synergy Technology (including ERP) and Systems Integration Services through a Competitive Procedure with Negotiation (under Regulation 29 of the Public Contracts Regulations 2015). By bundled procurement the Authority means that the Technology (including ERP) and SI suppliers work together in partnership from the outset to jointly propose a cohesive solution and delivery approach which meets the Authority's outcome-based requirements and demonstrate they are a compatible supplier partnership. The Authority conducted a single procurement process (with the application of a single evaluation methodology that will cover the different or bundled elements of the overall solution) to determine the fit for purpose 'bundle' of suppliers. For the avoidance of doubt, the Authority did not conduct a lotted procurement or a prime contractor/subcontractor model. The Authority conducted this procurement in accordance with the Public Contracts Regulations 2015 (as amended). More specifically, the Authority utilised the Competitive Procedure with Negotiation (CPN) procurement procedure. The full suite of tender documentation, including specification and specific details of the Competitive Procedure with Negotiation relating to this procurement exercise can be found at the following link under Ref PQQ_98908: https://dwp.bravosolution.co.uk/web/login.shtml (https://dwp.bravosolution.co.uk/web/login.shtml)
Options: The contract is based on a co-signatory model with a System Integrator and Technology (ERP) supplier providing services under the same contract. The Authority may extend each of these service elements by up to two further years from their initial terms (five years and ten years respectively).
Renewal: Up to 24 months increment to be defined by the Authority.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03bcfb
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/030687-2024
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
48000000 - Software package and information systems
48100000 - Industry specific software package
48217000 - Transaction-processing software package
48219300 - Administration software package
48411000 - Investment management software package
48441000 - Financial analysis software package
48450000 - Time accounting or human resources software package
48490000 - Procurement software package
72000000 - IT services: consulting, software development, Internet and support
72200000 - Software programming and consultancy services
72210000 - Programming services of packaged software products
72211000 - Programming services of systems and user software
72212450 - Time accounting or human resources software development services
72212451 - Enterprise resource planning software development services
72250000 - System and support services
72260000 - Software-related services
72261000 - Software support services
72265000 - Software configuration services
72267000 - Software maintenance and repair services
72300000 - Data services
72500000 - Computer-related services
72510000 - Computer-related management services
72590000 - Computer-related professional services
72600000 - Computer support and consultancy services
72610000 - Computer support services
72900000 - Computer back-up and catalogue conversion services
79000000 - Business services: law, marketing, consulting, recruitment, printing and security
79211110 - Payroll management services
79211120 - Sales and purchases recording services
79630000 - Personnel services except placement and supply services
79631000 - Personnel and payroll services
Notice Value(s)
- Tender Value
- £100 Under £100K
- Lots Value
- £933,651,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £710,885,044 £100M-£1B
Notice Dates
- Publication Date
- 25 Sep 20241 years ago
- Submission Deadline
- 26 Jun 2023Expired
- Future Notice Date
- 30 May 2023Expired
- Award Date
- 29 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
- DEPARTMENT FOR WORK AND PENSIONS
- Contact Name
- Kat Morgan
- Contact Email
- aikaterini.morgan@dwp.gov.uk, james.brathwaite@dwp.gov.uk, oyin.famodun@dwp.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SW1H 9NA
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
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-03bcfb-2024-09-25T17:44:24+01:00",
"date": "2024-09-25T17:44:24+01:00",
"ocid": "ocds-h6vhtk-03bcfb",
"description": "The awarded contract is a co-signed contract comprising two suppliers: Supplier A Oracle Corporation UK Limited, Registration Number: 01782505 Address: Oracle Corporation UK Limited Oracle Parkway, Thames Valley Park (TVP), Reading, Berkshire RG6 1RA Supplier B IBM United Kingdom Limited, Registration Number: 00741598 Address: P.O. Box 41, North Harbour, Portsmouth, Hants, PO6 3AU Supplier A's Initial Contract Term is ten years whereas Supplier B's Initial Contract Term is five years.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-03bcfb",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Synergy Technology (including ERP) and Systems Integration Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"mainProcurementCategory": "services",
"description": "The Authority sought to engage the market to work with the Synergy Programme and its stakeholders to ensure the delivery of a best in class, Value for Money (VfM), shared Human Resources (HR) and Finance service that met the needs of service users. The Synergy Programme was established to bring together a number of Departments and ALBs in line with the Shared Services Strategy for Government: this includes building a common operating model, establishing Business Process Services (BPS) using one technology and one commercial strategy. The Synergy Programme comprises the following central Government Departments (Departments) and their ALBs (together the Cluster Departments). - Ministry of Justice (MoJ); - Department for Work and Pensions (DWP); - Department for the Environment, Food and Rural Affairs (DEFRA); and - Home Office (HO). The Authority (DWP) is the lead contracting authority for the Synergy Programme. The prime driver of the Synergy Programme is to drive significant business transformation across the Cluster Departments. The Synergy Programme, together with the successful suppliers will jointly develop a new Common Operating Model (COM) and introduce a new user-centric service including common data standards. The COM design will continually evolve throughout the five programme delivery phases. As a result, benefits will also continue to evolve over time. This will help identify additional benefits for the Programme and provide more robust data and narrative to justify the current benefits profile. To meet the objectives of the Synergy Programme the Authority intended to: - procure and adopt a cloud-based service leveraging the capabilities offered by a Software as-a-Service (SaaS) ERP platform and associated technologies; - procure a Systems Integration service to enable the transition (and support business change) to the SaaS ERP platform and associated technologies. The Authority seeks to deliver value and efficiency across all transaction services, including the separation of technology from service centres. The COVID pandemic, and the challenging fiscal environment that followed as a result, has heightened the drive and need for more effective and efficient delivery by all Government Departments. Key to this ambition is the ability to capture, manage and improve the quality of Finance and HR (Human Resources) data to enable better informed decisions. The Synergy Programme will drive significant business transformation across four major Departments in support of this ambition. Additionally, the government has set ambitious objectives to put sustainability at the heart of our government services. Greening government: ICT and digital services strategy 2020 to 2025 - GOV.UK (www.gov.uk ) and Greening Government Commitments 2021 to 2025 - GOV.UK (www.gov.uk) https://www.gov.uk/government/publications/greening-government-ict-and-digital-servicesstrategy-2020-2025 The Cluster Departments have circa 250,000 employees between them and has a commonality of currently using the same outsourced BPS Partner, Shared Services Connected Limited (SSCL). SSCL provide the current technology solution the Single Operating Platform (SOP) shared by DWP, DEFRA and the MoJ. SOP is based on an Oracle eBusiness Suite 12.2.6 instance recently migrated from on premise to being hosted since October 2020 on a PaaS (Platform as a Service) Oracle Cloud Infrastructure (OCI). The Home Office have a direct contractual relationship with Oracle having already migrated on to an instance of their ERP SaaS (Software as a Service) platform as part of their METIS Programme",
"value": {
"amount": 100,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Authority commenced a bundled procurement for Synergy Technology (including ERP) and Systems Integration Services through a Competitive Procedure with Negotiation (under Regulation 29 of the Public Contracts Regulations 2015). By bundled procurement the Authority means that the Technology (including ERP) and SI suppliers work together in partnership from the outset to jointly propose a cohesive solution and delivery approach which meets the Authority's outcome-based requirements and demonstrate they are a compatible supplier partnership. The Authority conducted a single procurement process (with the application of a single evaluation methodology that will cover the different or bundled elements of the overall solution) to determine the fit for purpose 'bundle' of suppliers. For the avoidance of doubt, the Authority did not conduct a lotted procurement or a prime contractor/subcontractor model. The Authority conducted this procurement in accordance with the Public Contracts Regulations 2015 (as amended). More specifically, the Authority utilised the Competitive Procedure with Negotiation (CPN) procurement procedure. The full suite of tender documentation, including specification and specific details of the Competitive Procedure with Negotiation relating to this procurement exercise can be found at the following link under Ref PQQ_98908: https://dwp.bravosolution.co.uk/web/login.shtml (https://dwp.bravosolution.co.uk/web/login.shtml)",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality - Technical",
"type": "quality",
"description": "60"
},
{
"name": "Quality - Social Value",
"type": "quality",
"description": "10"
},
{
"name": "Price",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "100"
}
]
},
"value": {
"amount": 933651000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 4320
},
"hasRenewal": true,
"renewal": {
"description": "Up to 24 months increment to be defined by the Authority."
},
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "The full suite of tender documentation, including specification and specific details of the \"Competitive Procedure with Negotiation\" relating to this procurement exercise can be found at the following link under Ref PQQ_98908: https://dwp.bravosolution.co.uk/web/login.shtml https://dwp.bravosolution.co.uk/web/login.shtml"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The contract is based on a co-signatory model with a System Integrator and Technology (ERP) supplier providing services under the same contract. The Authority may extend each of these service elements by up to two further years from their initial terms (five years and ten years respectively)."
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "48100000",
"description": "Industry specific software package"
},
{
"scheme": "CPV",
"id": "48217000",
"description": "Transaction-processing software package"
},
{
"scheme": "CPV",
"id": "48219300",
"description": "Administration software package"
},
{
"scheme": "CPV",
"id": "48411000",
"description": "Investment management software package"
},
{
"scheme": "CPV",
"id": "48441000",
"description": "Financial analysis software package"
},
{
"scheme": "CPV",
"id": "48450000",
"description": "Time accounting or human resources software package"
},
{
"scheme": "CPV",
"id": "48490000",
"description": "Procurement software package"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "72200000",
"description": "Software programming and consultancy services"
},
{
"scheme": "CPV",
"id": "72210000",
"description": "Programming services of packaged software products"
},
{
"scheme": "CPV",
"id": "72211000",
"description": "Programming services of systems and user software"
},
{
"scheme": "CPV",
"id": "72212450",
"description": "Time accounting or human resources software development services"
},
{
"scheme": "CPV",
"id": "72212451",
"description": "Enterprise resource planning software development services"
},
{
"scheme": "CPV",
"id": "72250000",
"description": "System and support services"
},
{
"scheme": "CPV",
"id": "72260000",
"description": "Software-related services"
},
{
"scheme": "CPV",
"id": "72261000",
"description": "Software support services"
},
{
"scheme": "CPV",
"id": "72265000",
"description": "Software configuration services"
},
{
"scheme": "CPV",
"id": "72267000",
"description": "Software maintenance and repair services"
},
{
"scheme": "CPV",
"id": "72300000",
"description": "Data services"
},
{
"scheme": "CPV",
"id": "72500000",
"description": "Computer-related services"
},
{
"scheme": "CPV",
"id": "72510000",
"description": "Computer-related management services"
},
{
"scheme": "CPV",
"id": "72590000",
"description": "Computer-related professional services"
},
{
"scheme": "CPV",
"id": "72600000",
"description": "Computer support and consultancy services"
},
{
"scheme": "CPV",
"id": "72610000",
"description": "Computer support services"
},
{
"scheme": "CPV",
"id": "72900000",
"description": "Computer back-up and catalogue conversion services"
},
{
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
},
{
"scheme": "CPV",
"id": "79211110",
"description": "Payroll management services"
},
{
"scheme": "CPV",
"id": "79211120",
"description": "Sales and purchases recording services"
},
{
"scheme": "CPV",
"id": "79630000",
"description": "Personnel services except placement and supply services"
},
{
"scheme": "CPV",
"id": "79631000",
"description": "Personnel and payroll services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1",
"deliveryLocation": {
"description": "DWP London Caxton House, Tothill Street, London SW1H 9NA"
}
}
],
"communication": {
"futureNoticeDate": "2023-05-31T00:00:00+01:00",
"atypicalToolUrl": "https://www.gov.uk/government/organisations/department-for-work-pensions"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://www.gov.uk/government/organisations/department-for-work-pensions",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "In accordance with Regulations 57, 58 and 60 of the Public Contracts Regulations 2015, tenderers will be assessed in accordance with the Public Contract Regulations 2015, on the basis of information provided in response to the Selection Questionnaire. The full suite of tender documentation, including specification and specific details of the \"Competitive Procedure with Negotiation\" relating to this procurement exercise can be found at the following link under Ref PQQ_98908: https://dwp.bravosolution.co.uk/web/login.shtml (https://dwp.bravosolution.co.uk/web/login.shtml)",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
},
{
"id": "economic1",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical1",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "Contract performance conditions may relate in particular to social and environmental considerations. The full suite of tender documentation, including specification and specific details of the \"Competitive Procedure with Negotiation\" relating to this procurement exercise can be found at the following link under Ref PQQ_98908: https://dwp.bravosolution.co.uk/web/login.shtml (https://dwp.bravosolution.co.uk/web/login.shtml)"
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"secondStage": {
"successiveReduction": true,
"noNegotiationNecessary": true,
"invitationDate": "2023-08-01T00:00:00+01:00"
},
"tenderPeriod": {
"endDate": "2023-06-26T17:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2024-12-31T23:59:59Z"
}
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-18614",
"name": "Department for Work and Pensions",
"identifier": {
"legalName": "Department for Work and Pensions"
},
"address": {
"streetAddress": "Caxton House, Tothill Street",
"locality": "London",
"region": "UK",
"postalCode": "SW1H 9NA",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "aikaterini.morgan@dwp.gov.uk",
"name": "Kat Morgan"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-for-work-pensions",
"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": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-8406",
"name": "Department for Work and Pensions",
"identifier": {
"legalName": "Department for Work and Pensions"
},
"address": {
"streetAddress": "Caxton House, Tothill Street, Westminster",
"locality": "London",
"region": "UK",
"postalCode": "SW1H 9NA",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "oyin.famodun@dwp.gov.uk",
"url": "https://www.gov.uk/government/organisations/department-for-work-pensions"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-for-work-pensions",
"buyerProfile": "https://www.gov.uk/government/organisations/department-for-work-pensions",
"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": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-83906",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"locality": "Strand London",
"postalCode": "WC2A 2L",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-1376",
"name": "Department for Work and Pensions",
"identifier": {
"legalName": "Department for Work and Pensions"
},
"address": {
"streetAddress": "Quarry House, Quarry Hill",
"locality": "Leeds",
"region": "UK",
"postalCode": "LS2 &UA",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "JAMES.BRATHWAITE@DWP.GOV.UK",
"url": "https://www.gov.uk/government/organisations/department-for-work-pensions"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-for-work-pensions",
"buyerProfile": "https://www.gov.uk/government/organisations/department-for-work-pensions",
"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": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-125185",
"name": "IBM UNITED KINGDOM LIMITED",
"identifier": {
"legalName": "IBM UNITED KINGDOM LIMITED"
},
"address": {
"streetAddress": "P.O. Box 41, North Harbour",
"locality": "Portsmouth, Hants",
"region": "UK",
"postalCode": "PO6 3AU",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-4468",
"name": "High Court",
"identifier": {
"legalName": "High Court"
},
"address": {
"streetAddress": "Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-18614",
"name": "Department for Work and Pensions"
},
"language": "en",
"links": [
{
"rel": "canonical",
"href": "https://www.gov.uk/government/organisations/department-for-work-pensions"
}
],
"awards": [
{
"id": "030687-2024-ecm_12155-1",
"relatedLots": [
"1"
],
"title": "Synergy Technology (including ERP) and Systems Integration Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-125185",
"name": "IBM UNITED KINGDOM LIMITED"
}
]
}
],
"contracts": [
{
"id": "030687-2024-ecm_12155-1",
"awardID": "030687-2024-ecm_12155-1",
"title": "Synergy Technology (including ERP) and Systems Integration Services",
"status": "active",
"value": {
"amount": 710885044.45,
"currency": "GBP"
},
"dateSigned": "2024-08-30T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 4
}
]
}
}