Notice Information
Notice Title
ITT for 'SeaScope' data management and data science development
Notice Description
Via the CCS RM6292 Cloud Compute 2 Framework, Lot 3 - Cefas require provision of a Microsoft Fabric Environment to provide Data Management and wider Microsoft Fabric Environment Capabilities and Data Science Services within Cefas.
Lot Information
Core Services
Cefas is looking to engage a Technology Partner skilled in the implementation of the Microsoft Fabric environment and related Data Science Azure based services for a multi-year programme to build a Microsoft Fabric environment-based data platform and Azure environment to support Cefas Scientists to deliver excellent science.
Cefas science, evidence and advice provides vital insights for decision making on the sustainable use of resources from our rivers, seas and ocean. At a moment when aquatic systems are increasingly threatened by diverse natural and anthropogenic pressures, management is not only becoming more complex but must take place alongside an overarching imperative to improve the status of our waters for the next generation.
This strategy will build upon our heritage as a trusted and impartial provider of science, evidence and advice to government by innovating our approach to data collection, curation, sharing and use.
Healthy and productive marine systems are vital for societal health, wealth and wellbeing. Our work focuses on understanding and mitigating against the triple threat posed by climate change, biodiversity loss and pollution - allowing for better decision making on sustainable use of resources from our seas and oceans.
Access to, and analysis of, big data from multiple sources and of varying types will be fundamental in complex policy decision making across systems.
The 'SeaScope' will develop a framework for a new, federated approach to marine science data collection, storage, and use by Cefas and partners. It will become a platform for mainstreaming novel data science approaches and remove data and conceptual silos to allow better marine policy decision making.
The combination of new technology and new platforms (like a ship) and integration of data generation will enable deeper understanding of complex marine and fisheries systems, by aligning datasets as never before to offer insights into impacts of management, emergencies, or new proposed uses.
Renewal: The initial duration of the Framework is 36 months with the option to extend by 12 months. CCS reserve the right to extend Lots by varying durations
Value Added Ancillary ServicesValue-Added Ancillary Services including cloud optimisation, economic management of the Core Services and transition away from legacy technology. Additional information: Only the services of Cloud Service Suppliers who were successful on Lot 1 will be eligible to be resold by Lot 2 Suppliers. 39 Suppliers were awarded a place on Lot 2.
Renewal: The initial duration of the Framework is 36 months with the option to extend by 12 months. CCS reserve the right to extend lots by varying durations
Professional ServicesProfessional Services including consultancy, training, cloud auditing, strategy development and road mapping. Additional information: 78 Suppliers were awarded a place on Lot 3.
Renewal: The initial duration of the Framework is 36 months with the option to extend by 12 months. CCS reserve the right to extend lots by varying durations
Cloud Secure +Cloud Secure+, including value-added ancillary services and Professional Services suitable for UK Secret requirements according to NCSC higher security classification. Additional information: 10 Suppliers were awarded a place on Lot 4.
Renewal: The initial duration of the Framework is 36 months with the option to extend by 12 months. CCS reserve the right to extend lots by varying durations
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03ddd7
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/069716-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
30 - Office and computing machinery, equipment and supplies except furniture and software packages
48 - Software package and information systems
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
30211100 - Super computer
30211300 - Computer platforms
48000000 - Software package and information systems
48211000 - Platform interconnectivity software package
48620000 - Operating systems
48700000 - Software package utilities
72000000 - IT services: consulting, software development, Internet and support
72212211 - Platform interconnectivity software development services
72212620 - Mainframe operating system software development services
72212983 - Development software development services
72300000 - Data services
72310000 - Data-processing services
72311300 - Computer time-sharing services
72317000 - Data storage services
72322000 - Data management services
72416000 - Application service providers
72421000 - Internet or intranet client application development services
72422000 - Internet or intranet server application development services
72500000 - Computer-related services
72600000 - Computer support and consultancy services
72611000 - Technical computer support services
72800000 - Computer audit and testing services
Notice Value(s)
- Tender Value
- £1,305,000,000 £1B-£10B
- Lots Value
- £1,305,000,000 £1B-£10B
- Awards Value
- Not specified
- Contracts Value
- £1,305,800,000 £1B-£10B
Notice Dates
- Publication Date
- 30 Oct 20253 months ago
- Submission Deadline
- 7 Aug 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 28 Nov 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CENTRE FOR ENVIRONMENT, FISHERIES AND AQUACULTURE SCIENCE
- Additional Buyers
THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE
- Contact Name
- Giovana Cousseau
- Contact Email
- procure@cefas.gov.uk, supplier@crowncommercial.gov.uk
- Contact Phone
- +44 3454102222
Buyer Location
- Locality
- LIVERPOOL
- Postcode
- L3 9PP
- Post Town
- Liverpool
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH6 Suffolk
- Small Region (ITL 3)
- TLH63 East Suffolk
- Delivery Location
- Not specified
-
- Local Authority
- East Suffolk
- Electoral Ward
- Kirkley & Pakefield
- Westminster Constituency
- Lowestoft
Further Information
Notice URLs
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-03ddd7-2025-10-30T12:43:45Z",
"date": "2025-10-30T12:43:45Z",
"ocid": "ocds-h6vhtk-03ddd7",
"description": "The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement. As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/dd2358eb-2fb0-4eba-b303-77d39054f75f. 1) Redacted Commercial Agreement 2) List of Successful Suppliers 3) Approved Customer list 4) Transparency Agenda On 02/04/2014, Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. For Lot 1,2,3 and 4. 39 suppliers were awarded a place as opposed to the 30 suppliers as was originally stated in the Contract Notice that was published on 30/06/2023.",
"initiationType": "tender",
"tender": {
"id": "CEFAS25-53",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "ITT for 'SeaScope' data management and data science development",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "72212983",
"description": "Development software development services"
},
"mainProcurementCategory": "services",
"description": "Via the CCS RM6292 Cloud Compute 2 Framework, Lot 3 - Cefas require provision of a Microsoft Fabric Environment to provide Data Management and wider Microsoft Fabric Environment Capabilities and Data Science Services within Cefas.",
"value": {
"amount": 1305000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 4
},
"lots": [
{
"id": "1",
"title": "Core Services",
"description": "Cefas is looking to engage a Technology Partner skilled in the implementation of the Microsoft Fabric environment and related Data Science Azure based services for a multi-year programme to build a Microsoft Fabric environment-based data platform and Azure environment to support Cefas Scientists to deliver excellent science.<br/><br/>Cefas science, evidence and advice provides vital insights for decision making on the sustainable use of resources from our rivers, seas and ocean. At a moment when aquatic systems are increasingly threatened by diverse natural and anthropogenic pressures, management is not only becoming more complex but must take place alongside an overarching imperative to improve the status of our waters for the next generation.<br/><br/>This strategy will build upon our heritage as a trusted and impartial provider of science, evidence and advice to government by innovating our approach to data collection, curation, sharing and use.<br/><br/>Healthy and productive marine systems are vital for societal health, wealth and wellbeing. Our work focuses on understanding and mitigating against the triple threat posed by climate change, biodiversity loss and pollution - allowing for better decision making on sustainable use of resources from our seas and oceans.<br/><br/>Access to, and analysis of, big data from multiple sources and of varying types will be fundamental in complex policy decision making across systems.<br/><br/>The 'SeaScope' will develop a framework for a new, federated approach to marine science data collection, storage, and use by Cefas and partners. It will become a platform for mainstreaming novel data science approaches and remove data and conceptual silos to allow better marine policy decision making.<br/><br/>The combination of new technology and new platforms (like a ship) and integration of data generation will enable deeper understanding of complex marine and fisheries systems, by aligning datasets as never before to offer insights into impacts of management, emergencies, or new proposed uses.",
"awardCriteria": {
"criteria": [
{
"name": "Social Value",
"type": "quality",
"description": "10"
},
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"name": "Cost",
"type": "cost",
"description": "10"
}
]
},
"value": {
"amount": 670000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The initial duration of the Framework is 36 months with the option to extend by 12 months. CCS reserve the right to extend Lots by varying durations"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "2",
"title": "Value Added Ancillary Services",
"description": "Value-Added Ancillary Services including cloud optimisation, economic management of the Core Services and transition away from legacy technology. Additional information: Only the services of Cloud Service Suppliers who were successful on Lot 1 will be eligible to be resold by Lot 2 Suppliers. 39 Suppliers were awarded a place on Lot 2.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "90"
},
{
"type": "price",
"description": "10"
}
]
},
"value": {
"amount": 450000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The initial duration of the Framework is 36 months with the option to extend by 12 months. CCS reserve the right to extend lots by varying durations"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "3",
"title": "Professional Services",
"description": "Professional Services including consultancy, training, cloud auditing, strategy development and road mapping. Additional information: 78 Suppliers were awarded a place on Lot 3.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "90"
},
{
"type": "price",
"description": "10"
}
]
},
"value": {
"amount": 85000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The initial duration of the Framework is 36 months with the option to extend by 12 months. CCS reserve the right to extend lots by varying durations"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "4",
"title": "Cloud Secure +",
"description": "Cloud Secure+, including value-added ancillary services and Professional Services suitable for UK Secret requirements according to NCSC higher security classification. Additional information: 10 Suppliers were awarded a place on Lot 4.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "90"
},
{
"type": "price",
"description": "10"
}
]
},
"value": {
"amount": 100000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The initial duration of the Framework is 36 months with the option to extend by 12 months. CCS reserve the right to extend lots by varying durations"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72212983",
"description": "Development software development services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1",
"deliveryLocation": {
"description": "UK"
}
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "30211100",
"description": "Super computer"
},
{
"scheme": "CPV",
"id": "30211300",
"description": "Computer platforms"
},
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "48211000",
"description": "Platform interconnectivity software package"
},
{
"scheme": "CPV",
"id": "48620000",
"description": "Operating systems"
},
{
"scheme": "CPV",
"id": "48700000",
"description": "Software package utilities"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "72212211",
"description": "Platform interconnectivity software development services"
},
{
"scheme": "CPV",
"id": "72212620",
"description": "Mainframe operating system software development services"
},
{
"scheme": "CPV",
"id": "72300000",
"description": "Data services"
},
{
"scheme": "CPV",
"id": "72310000",
"description": "Data-processing services"
},
{
"scheme": "CPV",
"id": "72311300",
"description": "Computer time-sharing services"
},
{
"scheme": "CPV",
"id": "72317000",
"description": "Data storage services"
},
{
"scheme": "CPV",
"id": "72322000",
"description": "Data management services"
},
{
"scheme": "CPV",
"id": "72416000",
"description": "Application service providers"
},
{
"scheme": "CPV",
"id": "72421000",
"description": "Internet or intranet client application development services"
},
{
"scheme": "CPV",
"id": "72422000",
"description": "Internet or intranet server application development services"
},
{
"scheme": "CPV",
"id": "72500000",
"description": "Computer-related services"
},
{
"scheme": "CPV",
"id": "72600000",
"description": "Computer support and consultancy services"
},
{
"scheme": "CPV",
"id": "72611000",
"description": "Technical computer support services"
},
{
"scheme": "CPV",
"id": "72800000",
"description": "Computer audit and testing services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "72300000",
"description": "Data services"
},
{
"scheme": "CPV",
"id": "72500000",
"description": "Computer-related services"
},
{
"scheme": "CPV",
"id": "72600000",
"description": "Computer support and consultancy services"
},
{
"scheme": "CPV",
"id": "72611000",
"description": "Technical computer support services"
},
{
"scheme": "CPV",
"id": "72800000",
"description": "Computer audit and testing services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "30211100",
"description": "Super computer"
},
{
"scheme": "CPV",
"id": "30211300",
"description": "Computer platforms"
},
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "48211000",
"description": "Platform interconnectivity software package"
},
{
"scheme": "CPV",
"id": "48620000",
"description": "Operating systems"
},
{
"scheme": "CPV",
"id": "48700000",
"description": "Software package utilities"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "72212211",
"description": "Platform interconnectivity software development services"
},
{
"scheme": "CPV",
"id": "72212620",
"description": "Mainframe operating system software development services"
},
{
"scheme": "CPV",
"id": "72300000",
"description": "Data services"
},
{
"scheme": "CPV",
"id": "72310000",
"description": "Data-processing services"
},
{
"scheme": "CPV",
"id": "72311300",
"description": "Computer time-sharing services"
},
{
"scheme": "CPV",
"id": "72317000",
"description": "Data storage services"
},
{
"scheme": "CPV",
"id": "72322000",
"description": "Data management services"
},
{
"scheme": "CPV",
"id": "72416000",
"description": "Application service providers"
},
{
"scheme": "CPV",
"id": "72421000",
"description": "Internet or intranet client application development services"
},
{
"scheme": "CPV",
"id": "72422000",
"description": "Internet or intranet server application development services"
},
{
"scheme": "CPV",
"id": "72500000",
"description": "Computer-related services"
},
{
"scheme": "CPV",
"id": "72600000",
"description": "Computer support and consultancy services"
},
{
"scheme": "CPV",
"id": "72611000",
"description": "Technical computer support services"
},
{
"scheme": "CPV",
"id": "72800000",
"description": "Computer audit and testing services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "4"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://crowncommercialservice.bravosolution.co.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"techniques": {
"hasFrameworkAgreement": true
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-08-07T14:59:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2024-02-02T23:59:59Z"
}
},
"awardPeriod": {
"startDate": "2023-08-07T15:00:00+01:00"
},
"bidOpening": {
"date": "2023-08-07T15:00:00+01:00"
},
"hasRecurrence": false,
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2023-08-07T14:59:00+01:00"
},
"newValue": {
"date": "2023-08-21T14:59:00+01:00"
},
"where": {
"section": "IV.2.3"
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-575",
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
"identifier": {
"legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service"
},
"address": {
"streetAddress": "9th Floor, The Capital, Old Hall Street",
"locality": "Liverpool",
"region": "UK",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3454102222",
"email": "supplier@crowncommercial.gov.uk",
"url": "https://crowncommercialservice.bravosolution.co.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody",
"mediationBody"
],
"details": {
"url": "https://www.gov.uk/ccs",
"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"
}
]
},
"additionalContactPoints": [
{
"telephone": "+44 3450103503",
"email": "supplier@crowncommercial.gov.uk"
}
]
},
{
"id": "GB-FTS-66479",
"name": "See Contracts Finder Notice for full supplier list",
"identifier": {
"legalName": "See Contracts Finder Notice for full supplier list"
},
"address": {
"streetAddress": "9th Floor, The Capital, Old Hall Street.",
"locality": "Liverpool",
"region": "UK",
"postalCode": "L3 9PP",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-139581",
"name": "CENTRE FOR ENVIRONMENT, FISHERIES AND AQUACULTURE SCIENCE",
"identifier": {
"legalName": "CENTRE FOR ENVIRONMENT, FISHERIES AND AQUACULTURE SCIENCE"
},
"address": {
"streetAddress": "Pakefield Road",
"locality": "Lowestoft",
"region": "UK",
"postalCode": "NR33 0HT",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Giovana Cousseau",
"email": "procure@cefas.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.cefas.co.uk/",
"buyerProfile": "https://defra-family.force.com/s/Welcome",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "05",
"description": "Environmental protection"
}
]
}
},
{
"id": "GB-FTS-165269",
"name": "Hitachi Solutions Europe Ltd",
"identifier": {
"legalName": "Hitachi Solutions Europe Ltd",
"id": "04924233"
},
"address": {
"streetAddress": "23rd Floor, Heron Tower",
"locality": "London",
"region": "UK",
"postalCode": "EC2N 4AY",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 02031985136",
"email": "procure@cefas.gov.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "https://www.hitachi-solutions.co.uk/",
"scale": "large"
}
},
{
"id": "GB-FTS-69584",
"name": "Public Procurement Review Body",
"identifier": {
"legalName": "Public Procurement Review Body"
},
"address": {
"streetAddress": "N/A",
"locality": "N/A",
"postalCode": "N/A",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "publicprocurementreview@cabinetoffice.gov.uk"
},
"roles": [
"reviewBody",
"mediationBody"
],
"details": {
"url": "https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit"
}
}
],
"buyer": {
"id": "GB-FTS-139581",
"name": "CENTRE FOR ENVIRONMENT, FISHERIES AND AQUACULTURE SCIENCE"
},
"language": "en",
"awards": [
{
"id": "036728-2023-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-66479",
"name": "See Contracts Finder Notice for full supplier list"
}
]
},
{
"id": "069716-2025-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-165269",
"name": "Hitachi Solutions Europe Ltd"
}
]
}
],
"contracts": [
{
"id": "036728-2023-1",
"awardID": "036728-2023-1",
"status": "active",
"value": {
"amount": 1305000000,
"currency": "GBP"
},
"dateSigned": "2023-11-28T00:00:00Z"
},
{
"id": "069716-2025-1",
"awardID": "069716-2025-1",
"status": "active",
"value": {
"amount": 800000,
"currency": "GBP"
},
"dateSigned": "2025-10-10T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 123
},
{
"id": "2",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 2
},
{
"id": "3",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 90
},
{
"id": "4",
"measure": "electronicBids",
"relatedLot": "1",
"value": 123
},
{
"id": "5",
"measure": "bids",
"relatedLot": "1",
"value": 10
},
{
"id": "6",
"measure": "electronicBids",
"relatedLot": "1",
"value": 10
}
]
}
}