Award

Doping Control Sample Collection Equipment

UNITED KINGDOM ANTI-DOPING LIMITED

This public procurement record has 2 releases in its history.

Award

13 Dec 2023 at 21:53

Tender

18 Apr 2023 at 20:47

Summary of the contracting process

The United Kingdom Anti-Doping Limited (UKAD) has completed a procurement process for "Doping Control Sample Collection Equipment" under the sports goods and equipment category. UKAD sought suppliers for urine and blood sample collection equipment to comply with WADA standards. The equipment includes bottles/containers, vacutainers, vessels, and partial sample equipment. UKAD's requirement was divided into two lots and a contract was awarded to Berlinger Special AG and Lockcon AG. The initial contract term is 3 years, with an option to extend for another 3 years, providing opportunities for businesses with experience in supplying similar equipment.

UKAD, as a government-funded body, conducted an open procurement process for Doping Control Sample Collection equipment, focusing on quality and price criteria. This opportunity would be suitable for suppliers with ISO 9001 certification, experience in similar supply, and a commitment to sustainability. The procurement process involved two lots covering different equipment types. The contract awards for Lot 1 and Lot 2 were made to Berlinger Special AG and Lockcon AG, respectively. Businesses aiming to engage with UKAD for the supply of sample collection equipment should ensure compliance with stringent quality requirements and customer service standards to enhance their competitiveness in the procurement process.

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

Doping Control Sample Collection Equipment

Notice Description

UKAD wishes to appoint a supplier(s) of Doping Control Sample Collection equipment. UKAD conducts on average 10,000 Doping Control tests a year across urine and venous blood Samples, in accordance with the World Anti-Doping Agency (WADA) International Standards for Testing & Investigations (ISTI). The Doping Control Sample Collection equipment to be provided is as follows: - Urine sample 'A' and 'B' bottles/containers - Venous blood Sample 'A' and 'B' bottles/containers - Venous blood Sample vacutainers and accessory packs - Sample Collection Vessels - Partial Sample equipment All equipment must comply with the ISTI. Whilst a single supplier for all Doping Control Sample Collection equipment would be preferable, it is not a requirement for UKAD. Therefore Doping Control Sample Collection equipment will be separated into the following two groups: - Urine and venous blood Sample collection equipment - Sample Collection Vessels and Partial Sample equipment Both will be evaluated independently, and a preferred supplier selected for each. As a Non-Departmental Public Body (NDPB), UKAD is government funded, and therefore annual levels of testing are dependent on UKAD funding levels and are therefore subject to change. Expected annual equipment requirements are approximately as follows: - 9,000 urine Sample 'A' and 'B' bottles/containers - 2,000 venous blood Sample 'A' and 'B' bottles/containers - 2,000 venous blood Sample vacutainers and accessory packs - 13,500 Sample Collection Vessels - 3,500 Partial Sample equipment - 8 shipments to UKAD logistics storage centre Suppliers will be expected to be able to meet certain standards/requirements in the production and supply of Doping Control Sample Collection equipment, and customer service to UKAD. These include (but not limited to): - ISO 9001 certification and effective quality control management systems - Proven experience of supplying Doping Control Sample Collection equipment to other Anti-Doping Organisations and/or Sample Collection Agencies operating within the framework of the World Anti-Doping Code - Positive approach towards sustainability - Effective customer service and account management The above list is not exhaustive and UKAD reserves the right to utilise the appointed provider to cover other aspects of Doping Control Sample Collection equipment. It is envisaged that the initial contract term will be for a duration of 3 years, however, UKAD wishes to reserve the right to extend the contract for a further 3 years, divided into renewal periods of 12 months each (i.e. 3+1+1+1).

Lot Information

Urine and venous blood Sample Collection Equipment

UKAD wishes to appoint a supplier(s) of Doping Control Sample Collection equipment. UKAD conducts on average 10,000 Doping Control tests a year across urine and venous blood Samples, in accordance with the World Anti-Doping Agency (WADA) International Standards for Testing & Investigations (ISTI). The Doping Control Sample Collection equipment for Lot 1 to be provided is as follows: - Urine sample 'A' and 'B' bottles/containers - Venous blood Sample 'A' and 'B' bottles/containers - Venous blood Sample vacutainers and accessory packs All equipment must comply with the ISTI. As a Non-Departmental Public Body (NDPB), UKAD is government funded, and therefore annual levels of testing are dependent on UKAD funding levels and are therefore subject to change. Expected annual equipment requirements for Lot 1 are approximately as follows: - 9,000 urine Sample 'A' and 'B' bottles/containers - 2,000 venous blood Sample 'A' and 'B' bottles/containers - 2,000 venous blood Sample vacutainers and accessory packs - 8 shipments to UKAD logistics storage centre Suppliers will be expected to be able to meet certain standards/requirements in the production and supply of Doping Control Sample Collection equipment, and customer service to UKAD. These include (but not limited to): - ISO 9001 certification and effective quality control management systems - Proven experience of supplying Doping Control Sample Collection equipment to other Anti-Doping Organisations and/or Sample Collection Agencies operating within the framework of the World Anti-Doping Code - Positive approach towards sustainability - Effective customer service and account management The above list is not exhaustive and UKAD reserves the right to utilise the appointed provider to cover other aspects of Doping Control Sample Collection equipment. It is envisaged that the initial contract term will be for a duration of 3 years, however, UKAD wishes to reserve the right to extend the contract for a further 3 years, divided into renewal periods of 12 months each (i.e. 3+1+1+1).

Options: At the discretion of the contracting authority

Renewal: Initial 3 year duration, followed by 3 further options to renew the contract period for a period of 12 months each.

Sample Collection Vessels and Partial Sample Equipment

UKAD wishes to appoint a supplier(s) of Doping Control Sample Collection equipment. UKAD conducts on average 10,000 Doping Control tests a year across urine and venous blood Samples, in accordance with the World Anti-Doping Agency (WADA) International Standards for Testing & Investigations (ISTI). The Doping Control Sample Collection equipment to be provided for Lot 2 is as follows: - Sample Collection Vessels - Partial Sample equipment All equipment must comply with the ISTI. As a Non-Departmental Public Body (NDPB), UKAD is government funded, and therefore annual levels of testing are dependent on UKAD funding levels and are therefore subject to change. Expected annual equipment requirements for Lot 2 are approximately as follows: - 13,500 Sample Collection Vessels - 3,500 Partial Sample equipment - 8 shipments to UKAD logistics storage centre Suppliers will be expected to be able to meet certain standards/requirements in the production and supply of Doping Control Sample Collection equipment, and customer service to UKAD. These include (but not limited to): - ISO 9001 certification and effective quality control management systems - Proven experience of supplying Doping Control Sample Collection equipment to other Anti-Doping Organisations and/or Sample Collection Agencies operating within the framework of the World Anti-Doping Code - Positive approach towards sustainability - Effective customer service and account management The above list is not exhaustive and UKAD reserves the right to utilise the appointed provider to cover other aspects of Doping Control Sample Collection equipment. It is envisaged that the initial contract term will be for a duration of 3 years, however, UKAD wishes to reserve the right to extend the contract for a further 3 years, divided into renewal periods of 12 months each (i.e. 3+1+1+1).

Options: At the discretion of the contracting authority

Renewal: Initial 3 year duration, followed by three further options to renew the contract for a period of 12 months each.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03c1de
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/036722-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

37 - Musical instruments, sport goods, games, toys, handicraft, art materials and accessories


CPV Codes

37400000 - Sports goods and equipment

Notice Value(s)

Tender Value
£450,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£407,000 £100K-£500K

Notice Dates

Publication Date
13 Dec 20232 years ago
Submission Deadline
18 Jun 2023Expired
Future Notice Date
Not specified
Award Date
7 Dec 20232 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
UNITED KINGDOM ANTI-DOPING LIMITED
Contact Name
Hamish Coffey
Contact Email
procurement@ukad.org.uk
Contact Phone
+44 2078423450

Buyer Location

Locality
LOUGHBOROUGH
Postcode
LE11 3QF
Post Town
Leicester
Country
England

Major Region (ITL 1)
TLF East Midlands (England)
Basic Region (ITL 2)
TLF2 Leicestershire, Rutland and Northamptonshire
Small Region (ITL 3)
TLF22 Leicestershire CC and Rutland
Delivery Location
TLF2 Leicestershire, Rutland and Northamptonshire

Local Authority
Charnwood
Electoral Ward
Loughborough Ashby
Westminster Constituency
Loughborough

Supplier Information

Number of Suppliers
2
Supplier Names

BERLINGER SPECIAL

LOCKCON

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-03c1de-2023-12-13T21:53:39Z",
    "date": "2023-12-13T21:53:39Z",
    "ocid": "ocds-h6vhtk-03c1de",
    "description": "Bidders will remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from Bidders in connection with taking part in this procurement, regardless of whether such costs arise as a consequence direct or indirect of any amendments made to the procurement documents by UKAD at any time. UKAD reserves the right at any time to: i) reject any or all responses and to cancel or withdraw this procurement at any stage; ii) award a contract without prior notice; iii) change the basis, the procedures and the timescales set out or referred to within the procurement documents; iv) require a bidder to clarify any submissions in writing and/or provide additional information (failure to respond adequately may result in disqualification); v) terminate the procurement process; and vi) amend the terms and conditions of the selection and evaluation process .",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03c1de",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Doping Control Sample Collection Equipment",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "37400000",
            "description": "Sports goods and equipment"
        },
        "mainProcurementCategory": "goods",
        "description": "UKAD wishes to appoint a supplier(s) of Doping Control Sample Collection equipment. UKAD conducts on average 10,000 Doping Control tests a year across urine and venous blood Samples, in accordance with the World Anti-Doping Agency (WADA) International Standards for Testing & Investigations (ISTI). The Doping Control Sample Collection equipment to be provided is as follows: - Urine sample 'A' and 'B' bottles/containers - Venous blood Sample 'A' and 'B' bottles/containers - Venous blood Sample vacutainers and accessory packs - Sample Collection Vessels - Partial Sample equipment All equipment must comply with the ISTI. Whilst a single supplier for all Doping Control Sample Collection equipment would be preferable, it is not a requirement for UKAD. Therefore Doping Control Sample Collection equipment will be separated into the following two groups: - Urine and venous blood Sample collection equipment - Sample Collection Vessels and Partial Sample equipment Both will be evaluated independently, and a preferred supplier selected for each. As a Non-Departmental Public Body (NDPB), UKAD is government funded, and therefore annual levels of testing are dependent on UKAD funding levels and are therefore subject to change. Expected annual equipment requirements are approximately as follows: - 9,000 urine Sample 'A' and 'B' bottles/containers - 2,000 venous blood Sample 'A' and 'B' bottles/containers - 2,000 venous blood Sample vacutainers and accessory packs - 13,500 Sample Collection Vessels - 3,500 Partial Sample equipment - 8 shipments to UKAD logistics storage centre Suppliers will be expected to be able to meet certain standards/requirements in the production and supply of Doping Control Sample Collection equipment, and customer service to UKAD. These include (but not limited to): - ISO 9001 certification and effective quality control management systems - Proven experience of supplying Doping Control Sample Collection equipment to other Anti-Doping Organisations and/or Sample Collection Agencies operating within the framework of the World Anti-Doping Code - Positive approach towards sustainability - Effective customer service and account management The above list is not exhaustive and UKAD reserves the right to utilise the appointed provider to cover other aspects of Doping Control Sample Collection equipment. It is envisaged that the initial contract term will be for a duration of 3 years, however, UKAD wishes to reserve the right to extend the contract for a further 3 years, divided into renewal periods of 12 months each (i.e. 3+1+1+1).",
        "value": {
            "amount": 450000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 2
        },
        "lots": [
            {
                "id": "1",
                "title": "Urine and venous blood Sample Collection Equipment",
                "description": "UKAD wishes to appoint a supplier(s) of Doping Control Sample Collection equipment. UKAD conducts on average 10,000 Doping Control tests a year across urine and venous blood Samples, in accordance with the World Anti-Doping Agency (WADA) International Standards for Testing & Investigations (ISTI). The Doping Control Sample Collection equipment for Lot 1 to be provided is as follows: - Urine sample 'A' and 'B' bottles/containers - Venous blood Sample 'A' and 'B' bottles/containers - Venous blood Sample vacutainers and accessory packs All equipment must comply with the ISTI. As a Non-Departmental Public Body (NDPB), UKAD is government funded, and therefore annual levels of testing are dependent on UKAD funding levels and are therefore subject to change. Expected annual equipment requirements for Lot 1 are approximately as follows: - 9,000 urine Sample 'A' and 'B' bottles/containers - 2,000 venous blood Sample 'A' and 'B' bottles/containers - 2,000 venous blood Sample vacutainers and accessory packs - 8 shipments to UKAD logistics storage centre Suppliers will be expected to be able to meet certain standards/requirements in the production and supply of Doping Control Sample Collection equipment, and customer service to UKAD. These include (but not limited to): - ISO 9001 certification and effective quality control management systems - Proven experience of supplying Doping Control Sample Collection equipment to other Anti-Doping Organisations and/or Sample Collection Agencies operating within the framework of the World Anti-Doping Code - Positive approach towards sustainability - Effective customer service and account management The above list is not exhaustive and UKAD reserves the right to utilise the appointed provider to cover other aspects of Doping Control Sample Collection equipment. It is envisaged that the initial contract term will be for a duration of 3 years, however, UKAD wishes to reserve the right to extend the contract for a further 3 years, divided into renewal periods of 12 months each (i.e. 3+1+1+1).",
                "contractPeriod": {
                    "durationInDays": 2160
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Initial 3 year duration, followed by 3 further options to renew the contract period for a period of 12 months each."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "options": {
                    "description": "At the discretion of the contracting authority"
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70%"
                        },
                        {
                            "type": "price",
                            "description": "30%"
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "Sample Collection Vessels and Partial Sample Equipment",
                "description": "UKAD wishes to appoint a supplier(s) of Doping Control Sample Collection equipment. UKAD conducts on average 10,000 Doping Control tests a year across urine and venous blood Samples, in accordance with the World Anti-Doping Agency (WADA) International Standards for Testing & Investigations (ISTI). The Doping Control Sample Collection equipment to be provided for Lot 2 is as follows: - Sample Collection Vessels - Partial Sample equipment All equipment must comply with the ISTI. As a Non-Departmental Public Body (NDPB), UKAD is government funded, and therefore annual levels of testing are dependent on UKAD funding levels and are therefore subject to change. Expected annual equipment requirements for Lot 2 are approximately as follows: - 13,500 Sample Collection Vessels - 3,500 Partial Sample equipment - 8 shipments to UKAD logistics storage centre Suppliers will be expected to be able to meet certain standards/requirements in the production and supply of Doping Control Sample Collection equipment, and customer service to UKAD. These include (but not limited to): - ISO 9001 certification and effective quality control management systems - Proven experience of supplying Doping Control Sample Collection equipment to other Anti-Doping Organisations and/or Sample Collection Agencies operating within the framework of the World Anti-Doping Code - Positive approach towards sustainability - Effective customer service and account management The above list is not exhaustive and UKAD reserves the right to utilise the appointed provider to cover other aspects of Doping Control Sample Collection equipment. It is envisaged that the initial contract term will be for a duration of 3 years, however, UKAD wishes to reserve the right to extend the contract for a further 3 years, divided into renewal periods of 12 months each (i.e. 3+1+1+1).",
                "contractPeriod": {
                    "durationInDays": 2160
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Initial 3 year duration, followed by three further options to renew the contract for a period of 12 months each."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "At the discretion of the contracting authority"
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70%"
                        },
                        {
                            "type": "price",
                            "description": "30%"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "37400000",
                        "description": "Sports goods and equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF2"
                    },
                    {
                        "region": "UKF2"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "37400000",
                        "description": "Sports goods and equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF2"
                    },
                    {
                        "region": "UKF2"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.gov.uk/contracts-finder",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "The successful supplier may be required to actively participate in the achievement of social and/or environmental objectives. Accordingly contract performance conditions may relate in particular to social, environmental or other corporate social responsibility considerations. Further details will be set out in the procurement documents."
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-06-18T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2023-06-19T00:00:00+01:00"
        },
        "bidOpening": {
            "date": "2023-06-19T00:00:00+01:00"
        },
        "hasRecurrence": false,
        "reviewDetails": "Any review proceedings should be promptly brought to the attention of Philip Bunt, Chief Operating Officer, UK Anti-Doping, SportPark, 3 Oakwood Drive, Loughborough, LE11 3QF, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015 (\"PCR 2015\"). Any review proceedings must be brought within the timescales specified by the applicable law, including, without limitation, PCR 2015. In accordance with PCR 2015, UKAD will incorporate a minimum 10 calendar day standstill period from the date information on the award of the contract is communicated to tenderers."
    },
    "parties": [
        {
            "id": "GB-COH-6990867",
            "name": "UNITED KINGDOM ANTI-DOPING LIMITED",
            "identifier": {
                "legalName": "UNITED KINGDOM ANTI-DOPING LIMITED",
                "id": "6990867",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "SportPark",
                "locality": "Loughborough",
                "region": "UKF2",
                "postalCode": "LE11 3QF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Hamish Coffey",
                "telephone": "+44 2078423450",
                "email": "procurement@ukad.org.uk",
                "url": "https://www.gov.uk/contracts-finder"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.ukad.org.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "08",
                        "description": "Recreation, culture and religion"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-935",
            "name": "High Court of England and Wales",
            "identifier": {
                "legalName": "High Court of England and Wales"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2079477882"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "http://www.justice.gov.uk"
            }
        },
        {
            "id": "GB-FTS-100640",
            "name": "Berlinger Special AG",
            "identifier": {
                "legalName": "Berlinger Special AG",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "locality": "Ganterschwil",
                "region": "CH0",
                "countryName": "Switzerland"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-100641",
            "name": "Lockcon AG",
            "identifier": {
                "legalName": "Lockcon AG",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "locality": "Wil",
                "region": "CH",
                "countryName": "Switzerland"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-24831",
            "name": "High Court of England and Wales",
            "identifier": {
                "legalName": "High Court of England and Wales"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, Strand",
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-COH-6990867",
        "name": "UNITED KINGDOM ANTI-DOPING LIMITED"
    },
    "language": "en",
    "awards": [
        {
            "id": "036722-2023-1",
            "relatedLots": [
                "1"
            ],
            "title": "Doping Control Sample Collection Equipment",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-100640",
                    "name": "Berlinger Special AG"
                }
            ]
        },
        {
            "id": "036722-2023-2",
            "relatedLots": [
                "2"
            ],
            "title": "Sample Collection Vessels and Partial Sample Equipment",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-100641",
                    "name": "Lockcon AG"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "036722-2023-1",
            "awardID": "036722-2023-1",
            "title": "Doping Control Sample Collection Equipment",
            "status": "active",
            "value": {
                "amount": 327000,
                "currency": "GBP"
            },
            "dateSigned": "2023-12-13T00:00:00Z"
        },
        {
            "id": "036722-2023-2",
            "awardID": "036722-2023-2",
            "title": "Sample Collection Vessels and Partial Sample Equipment",
            "status": "active",
            "value": {
                "amount": 80000,
                "currency": "GBP"
            },
            "dateSigned": "2023-12-07T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "2",
                "measure": "bids",
                "relatedLot": "2",
                "value": 4
            }
        ]
    }
}