Award

The redevelopment and major refurbishment of Glencairn House

WEST DUNBARTONSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

18 Apr 2024 at 08:30

Tender

04 Jul 2023 at 13:00

Summary of the contracting process

The West Dunbartonshire Council has completed the award process for the tender titled "The redevelopment and major refurbishment of Glencairn House" in the building construction works category. The project involves transforming Glencairn House into a modern library, museum, and community facility in Dumbarton, G82 1LF. The procurement method used was a selective tender with a value of approximately 5-6 million GBP. The appointed contractor is Clark Contracts Limited, with the award date set on the 15th of March 2024, and a construction period of 52 weeks anticipated to start in the first quarter of 2024.

This tender opportunity presents a significant project for businesses in the construction sector, particularly those experienced in building refurbishment and historic preservation. The contract offers the chance to showcase expertise in specialist construction methods such as cross laminated timber and bespoke ceramic facade installation. Businesses with a proven track record in managing construction aspects like sprinkler systems, bespoke design elements, and environmental sustainability would be well-suited to compete for this project, aligning with the West Dunbartonshire Council's focus on quality, sustainability, and social benefits throughout the construction phase.

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

The redevelopment and major refurbishment of Glencairn House

Notice Description

The redevelopment and major refurbishment of Glencairn House to bring about the transformation of the B-Listed Glencairn House into a state-of-the-art library, museum and community facility. Including demolition of the rear extension, into a museum and new built element at the green at back to house the children's library. The design will entail a number of specialist items such as cross laminated timber (CLT), bespoke ceramic facade as well as specialist sprinkler system.

Lot Information

Lot 1

The redevelopment and major refurbishment of Glencairn House will bring about the transformation of the B-Listed Glencairn House into a state-of-the-art library, museum and community facility. Description of the works: - Renovation of the existing Category B listed Glencairn House to form a new lending library and local history museum. Fabric repair works were carried out in 2017, so the building is in good condition, but full internal fit out including installation of a new lift and stairs, building services, internal finishes, etc is required. The fire strategy requires the installation of a sprinkler system throughout. The existing 1920s shop front windows and entrance door is to be replaced. - Demolition of the existing dilapidated extension to the rear. This extension shares a party wall with neighbours on two sides. - Construction of new three storey extension to the rear of Glencairn House including a CLT superstructure, bespoke ceramic cladding, pile foundations, new slappings in the rear wall of Glencairn House to connect the two structures, sprinkler system, heat pumps, etc. - Construction of a standalone single storey children's library on the brownfield site. The children's library will have a CLT superstructure and bespoke ceramic cladding as well as a Changing Place WC. - Landscaping of a new children's library garden retaining an existing mature tree. - Creation of a new external plant area to house the sprinkler tank, heat pumps, generators, and other plant. - Given the listing of the building, as well as its location in the town centre conservation area, all works to the existing fabric must be carried out to high quality, conservation standards. - The ceramic cladding was developed in conjunction with an artist, and will form a significant feature in the townscape. A sample tile was submitted as part of the planning application and exact matching of this glaze in terms of quality and colour forms part of the planning conditions. - The site is restricted in terms of access, and will require careful planning and sequencing of works. - The aspiration is to create a low carbon building. The contractor will be expected to collaborate with the design team to achieve the best possible outcome in this regard. The tender exercise will identify a competent contractor with the capability and capacity to take on such a project and include considerations for the specialist nature of certain aspects as outlined above. Project Information: The client is West Dunbartonshire Council. Location, Glencairn House, 95 High Street, Dumbarton, G82 1LF The construction value is in the region of 5M to 6M GBP. The designs are by Page & Park Architects. The Project Manager is Turner & Townsend Project Management Limited The form of contract will be SBCC Standard Building Contract with Quantities, including Contractor's Design Portion (CDP) items. The works contractor appointment is expected in early 2024. Commencement on site expected first quarter 2024 with a construction period of 52 weeks. The site is in the heart of Dumbarton town centre and there will be public interest in the project. The project is expected to achieve an EPC rating of A. The project is expected to realise social benefits/community benefits through the construction phase including delivering training opportunities. The project is expected to include specialist sub-contractors to deliver the requirements of the building works where appropriate, in particular in relation to the ceramic cladding support system. The Contractor may be asked to carry out a whole life carbon assessment of the building during the construction and provide metrics to the Client on completion identifying the achieved embodied carbon and expected operation carbon. Further detail of the project can be obtained within the PQQ statement of requirements (SOR). Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03deb7
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/012601-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

45111100 - Demolition work

45111200 - Site preparation and clearance work

45111213 - Site-clearance work

45210000 - Building construction work

45211360 - Urban development construction work

45310000 - Electrical installation work

45400000 - Building completion work

Notice Value(s)

Tender Value
£5,500,000 £1M-£10M
Lots Value
£5,500,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Apr 20241 years ago
Submission Deadline
8 Aug 2023Expired
Future Notice Date
Not specified
Award Date
15 Mar 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

Contracting Authority (Buyer)

Main Buyer
WEST DUNBARTONSHIRE COUNCIL
Contact Name
Alex Grace
Contact Email
alex.grace@west-dunbarton.gov.uk
Contact Phone
+44 1389737828

Buyer Location

Locality
DUMBARTON
Postcode
G82 1QL
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM31 East Dunbartonshire and West Dunbartonshire
Delivery Location
TLM81 East Dunbartonshire, West Dunbartonshire, and Helensburgh and Lomond

Local Authority
West Dunbartonshire
Electoral Ward
Dumbarton
Westminster Constituency
West Dunbartonshire

Supplier Information

Number of Suppliers
1
Supplier Name

CLARK CONTRACTS

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-03deb7-2024-04-18T09:30:42+01:00",
    "date": "2024-04-18T09:30:42+01:00",
    "ocid": "ocds-h6vhtk-03deb7",
    "description": "The \"supplier certificates & additional Selection Criteria\" should be made available at the Request for Documentation stage on PCS-T. WD04 Parent Company Guarantee (only if required) WD09 WDC Financial Vetting Questionnaire WD15 Police Scotland Checks The above constitutes tender selection criteria. Failure to respond will result in exclusion from the tender. Minimum requirements Q4D.1 Mandatory Pass/Fail Question - Quality Management Procedures The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), Q4D.1 Mandatory Pass/Fail Question -Health & Safety The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. Q4D.1 Mandatory Pass/Fail Question -Environmental Systems or standards The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, Discretionary Scored Questions -scored in line with the \"Evaluation Methodology\" detailed in WD01. (SC Ref:763948)",
    "initiationType": "tender",
    "tender": {
        "id": "2122-39",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "The redevelopment and major refurbishment of Glencairn House",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45210000",
            "description": "Building construction work"
        },
        "mainProcurementCategory": "works",
        "description": "The redevelopment and major refurbishment of Glencairn House to bring about the transformation of the B-Listed Glencairn House into a state-of-the-art library, museum and community facility. Including demolition of the rear extension, into a museum and new built element at the green at back to house the children's library. The design will entail a number of specialist items such as cross laminated timber (CLT), bespoke ceramic facade as well as specialist sprinkler system.",
        "value": {
            "amount": 5500000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The redevelopment and major refurbishment of Glencairn House will bring about the transformation of the B-Listed Glencairn House into a state-of-the-art library, museum and community facility. Description of the works: - Renovation of the existing Category B listed Glencairn House to form a new lending library and local history museum. Fabric repair works were carried out in 2017, so the building is in good condition, but full internal fit out including installation of a new lift and stairs, building services, internal finishes, etc is required. The fire strategy requires the installation of a sprinkler system throughout. The existing 1920s shop front windows and entrance door is to be replaced. - Demolition of the existing dilapidated extension to the rear. This extension shares a party wall with neighbours on two sides. - Construction of new three storey extension to the rear of Glencairn House including a CLT superstructure, bespoke ceramic cladding, pile foundations, new slappings in the rear wall of Glencairn House to connect the two structures, sprinkler system, heat pumps, etc. - Construction of a standalone single storey children's library on the brownfield site. The children's library will have a CLT superstructure and bespoke ceramic cladding as well as a Changing Place WC. - Landscaping of a new children's library garden retaining an existing mature tree. - Creation of a new external plant area to house the sprinkler tank, heat pumps, generators, and other plant. - Given the listing of the building, as well as its location in the town centre conservation area, all works to the existing fabric must be carried out to high quality, conservation standards. - The ceramic cladding was developed in conjunction with an artist, and will form a significant feature in the townscape. A sample tile was submitted as part of the planning application and exact matching of this glaze in terms of quality and colour forms part of the planning conditions. - The site is restricted in terms of access, and will require careful planning and sequencing of works. - The aspiration is to create a low carbon building. The contractor will be expected to collaborate with the design team to achieve the best possible outcome in this regard. The tender exercise will identify a competent contractor with the capability and capacity to take on such a project and include considerations for the specialist nature of certain aspects as outlined above. Project Information: The client is West Dunbartonshire Council. Location, Glencairn House, 95 High Street, Dumbarton, G82 1LF The construction value is in the region of 5M to 6M GBP. The designs are by Page & Park Architects. The Project Manager is Turner & Townsend Project Management Limited The form of contract will be SBCC Standard Building Contract with Quantities, including Contractor's Design Portion (CDP) items. The works contractor appointment is expected in early 2024. Commencement on site expected first quarter 2024 with a construction period of 52 weeks. The site is in the heart of Dumbarton town centre and there will be public interest in the project. The project is expected to achieve an EPC rating of A. The project is expected to realise social benefits/community benefits through the construction phase including delivering training opportunities. The project is expected to include specialist sub-contractors to deliver the requirements of the building works where appropriate, in particular in relation to the ceramic cladding support system. The Contractor may be asked to carry out a whole life carbon assessment of the building during the construction and provide metrics to the Client on completion identifying the achieved embodied carbon and expected operation carbon. Further detail of the project can be obtained within the PQQ statement of requirements (SOR). Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Works Delivery & Methodology - 'quality fit for purpose work'",
                            "type": "quality",
                            "description": "18"
                        },
                        {
                            "name": "Project Plan - 'quality fit for purpose work'",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Staffing Project Team Structure -'Service experience, education, training",
                            "type": "quality",
                            "description": "1.5"
                        },
                        {
                            "name": "Contract Monitoring and Management",
                            "type": "quality",
                            "description": "1.5"
                        },
                        {
                            "name": "Social Benefits",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Sustainability",
                            "type": "quality",
                            "description": "2.4"
                        },
                        {
                            "name": "Commitment to Fair Working Practices / Fair Work First",
                            "type": "quality",
                            "description": "0.6"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                },
                "value": {
                    "amount": 5500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "Suppliers that have successfully passed the selection criteria Pass/Fail questions in section 1 of the Qualification Envelope, demonstrated responses that are compliant and scored in section 2 in the Technical Envelope (Qualification/Technical Form) and who are successful in achieving a ranking of 1st to 5th at the PQQ stage 1 will be invited to tender (ITT) stage."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111100",
                        "description": "Demolition work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111200",
                        "description": "Site preparation and clearance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45211360",
                        "description": "Urban development construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45310000",
                        "description": "Electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45400000",
                        "description": "Building completion work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111213",
                        "description": "Site-clearance work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM81"
                    },
                    {
                        "region": "UKM81"
                    }
                ],
                "deliveryLocation": {
                    "description": "Dumbarton - G82 1QL"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "The Candidate must be registered or enrolled in the relevant trade register kept in the Member State of its establishment (as described in Schedule 5 of Procurement (Scotland) Regulations 2015.) Candidates should confirm they are registered or enrolled on the relevant trade register and provide information relating to this i.e. registration number, member number etc. Failure to do so may result in the Candidate being disqualified from the process.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "minimum": "With reference to SPD questions: 4B.1,& 4B.2 Turnover - supplier must demonstrate and annual turnover for each of the two previous years of greater than two times the value of contract on offer est. 5,500,000 GBP 4B.4 Ratios - a Pass in any two of the three ratios as an overall Pass for Economic and Financial standing . - (Ratio 1) Acid Test - (Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of greater than 1. - (Ratio 2) Return on Capital Employed %- Profit/Capital employed. To pass this question the Council require the bidder to score a positive figure/Percentage. - (Ratio 3) Current Ratio - Current Assets/Liabilities. To pass this question the Council require the bidder to achieve a score of greater than 1. WDC will use template WD09 - WDC Financial Vetting Questionnaire v3.0, it is recommended that candidates review their own ratio scores in advance of submitting their tender. In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee WD04 - Parent Company Guarantee refers. Should after review of the financial evaluation of tenderer fail, then the tender submission may be rejected. Insurance It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the insurance levels listed below. Q4B.5.1a Professional Risk Indemnity Insurance - 5 million GBP Q4B.5.1b Employers (Compulsory) Liability Insurance - 10 million GBP Q4B.5.2 Public Liability Insurance - 10 million GBP Q4B.5.2 Contractors All Risk - 10 million GBP Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies."
                },
                {
                    "type": "technical",
                    "description": "With reference to SPD question 4C.1, bidders will be required to provide 4 examples that demonstrate that they have the relevant experience to deliver the Works as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice. These examples may be from the Private sector or the Public sector, including but not limited to central government agencies, local authorities and NHS Trusts, it would also be beneficial to demonstrate successful delivery of any works programme to meet funding restrictions or grants applicable for the projects. The Council reserves the right to contact any or all of the companies provided in previous works examples to ascertain performance and visit their premises, candidates should ensure that companies listed would be willing to discuss the candidates performance with the Council. The 4 examples provided should include: - At least one example should include working with a listed building (category A or B) and carrying out significant refurbishment works, managing unexpected issues connected to the historic fabric, and sensitively installing new building services. More than one example would be desirable. - At least one example should include working on contemporary architecture with a bespoke design element, outlining how this was achieved. This is in relation to the ceramic cladding, but we appreciate this is unusual, so an example of a similar, ambitious, bespoke design element where high quality was achieved is acceptable. And any two examples from the examples listed below giving a total of 4 examples: - Include working on demolition and construction work giving consideration for party walls. - Include working on a tight town / city centre site, with limited site compound area, where logistics had to be carefully managed and sequenced. - working with either timber kit or CLT construction demonstrating how fire risk was managed during construction. - low carbon building where embodied carbon was measured and reduced during construction and an outline of how this was managed. With reference to SPD question 4C.4, bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in this Contract Notice or the relevant section of the Site Notice. With reference to SPD question 4C.6 bidders are requested to confirm the qualifications held by the bidder. Please detail your qualifications to demonstrate your organisation has to support the delivery of the project as detailed in the SOR by in house staff, management or sub contractors 4C.7, bidders are requested to detail environmental management measures they will be able to use. With reference to SPD question 4C.8.1, Bidders will be required to confirm their average annual manpower for the last three years. With reference to SPD question 4C.8.2, Bidders will be required to confirm their and the number of managerial staff for the last three years. Please detail your manpower to the council to establish that your organisation has the satisfactory levels of staff of various disciplines to support the delivery of the project as detailed in the SOR by either in house manpower or management of sub contractors for SPD questions 4C.8.1 & 4C.8.2 Within 4C.9, bidders are requested to detail of the relevant tools, plant, and technical equipment available to deliver the procurement. With reference to SPD question 4C.10, Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "A set of Key Performance Indicators (KPI's) will be used to manage the contract and monitor performance. Additional KPI's may be agreed at pre-contract start meeting or at any time during the contract period: Contract performance condition will be detailed at stage 2 ITT but will likely include Quality Management Procedures - Contractor Performance and quality of workmanship against specifications. Health & Safety Environmental management systems Social benefits offered and delivered in the contract Invoice /Claim Accuracy. Contractor Performance and quality of workmanship against specifications. Delivery Programme Communications Further details are also available in section VI.3 Additional Information"
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-08-08T14:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2023-09-13T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-2840",
            "name": "West Dunbartonshire Council",
            "identifier": {
                "legalName": "West Dunbartonshire Council"
            },
            "address": {
                "streetAddress": "16 Church Street",
                "locality": "Dumbarton",
                "region": "UKM81",
                "postalCode": "G82 1QL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Alex Grace",
                "telephone": "+44 1389737828",
                "email": "alex.grace@west-dunbarton.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.west-dunbarton.gov.uk/business/suppliers/procurement/",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-86536",
            "name": "Dumbarton Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Dumbarton Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Church Street",
                "locality": "Dumbarton",
                "postalCode": "G82 1QR",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-6910",
            "name": "Clark Contracts Limited",
            "identifier": {
                "legalName": "Clark Contracts Limited"
            },
            "address": {
                "streetAddress": "23 McFarlane Street",
                "locality": "Paisley",
                "region": "UKM",
                "postalCode": "PA3 1RY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1418478787"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-2840",
        "name": "West Dunbartonshire Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000735730"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "012601-2024-2122-39-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-6910",
                    "name": "Clark Contracts Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "012601-2024-2122-39-1",
            "awardID": "012601-2024-2122-39-1",
            "status": "active",
            "dateSigned": "2024-03-15T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "5",
                "measure": "bids",
                "relatedLot": "1",
                "value": 8
            },
            {
                "id": "6",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 7
            },
            {
                "id": "7",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "8",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 8
            },
            {
                "id": "9",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 8
            },
            {
                "id": "3",
                "measure": "lowestValidBidValue",
                "relatedLot": "1",
                "value": 7143196.55,
                "currency": "GBP"
            },
            {
                "id": "4",
                "measure": "highestValidBidValue",
                "relatedLot": "1",
                "value": 8137566.9,
                "currency": "GBP"
            },
            {
                "id": "1",
                "measure": "lowestValidBidValue",
                "value": 7143196.55,
                "currency": "GBP"
            },
            {
                "id": "2",
                "measure": "highestValidBidValue",
                "value": 8137566.9,
                "currency": "GBP"
            }
        ]
    }
}