Award

PKC12465 Air Quality Monitoring and Associated Services

PERTH & KINROSS COUNCIL

This public procurement record has 2 releases in its history.

Award

23 Feb 2024 at 09:40

Tender

09 Oct 2023 at 11:59

Summary of the contracting process

The Perth and Kinross Council (PKC) has recently completed the procurement process for the "PKC12465 Air Quality Monitoring and Associated Services". This procurement falls under the services category, specifically targeting air pollution monitoring or measurement services. Awarded to selected suppliers, the main procurement stage is now in the award phase as of February 2024. Perth and Kinross Council's initiative aims to enhance air quality by appointing qualified suppliers through a multi-Lot Framework Agreement. Key components of this tender include Air Quality Monitoring and Reporting, Air Quality Projects and Modelling, and Air Quality Campaigns and Promotional Activities. The estimated contract values range from 40,000GBP to 500,000GBP over the term of the Framework Agreement.

This tender by Perth and Kinross Council presents a substantial growth opportunity for businesses specialising in air quality monitoring, environmental consultancy, and event planning. Given the emphasis on air quality improvement, companies with expertise in pollution monitoring techniques, air quality projects and modelling, and community-driven campaigns are well-suited to compete. Suppliers with a focus on quality services, aligned with the award criteria set by PKC, can leverage this opportunity to expand their business presence and contribute to enhancing air quality within the Perth & Kinross Council area.

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

PKC12465 Air Quality Monitoring and Associated Services

Notice Description

Perth and Kinross Council ('PKC') carry out a wide range of work relating to air quality ('AQ') including, but not limited to, operation of continuous monitoring sites, monitoring and reporting on identified Air Quality Management Areas (AQMAs), and modelling to inform decision making. PKC are seeking to appoint suitably qualified and experienced suppliers to a multi-Lot Framework Agreement for Air Quality Monitoring and associated services,

Lot Information

Air Quality Monitoring and Reporting

PKC are seeking to appoint suitably qualified and experienced supplier to provide and operate continuous real time monitoring stations and to manage and upload the data output from the monitoring stations to the Air Quality in Scotland website. The monitors are required to be of the type which continuously monitor ambient pollutant concentrations in situ and automatically produce results. More detailed information on the requirements and services to be provided under this Lot can be found in the Specification of Requirements document. Additional information: The value of contracts awarded under this Lot is estimated to be in the range of 440,000GBP - 500000GBP over the term of the Framework Agreement (including optional extension periods). However, it should be noted that this expenditure is heavily dependent upon grant funding being made available to PKC by external organisations e.g. the Scottish Government.

Renewal: PKC shall have the to option to extend the Framework, either singly or in phases, for up to two further periods of up to 12 months each after the expiry of the initial term.

Air Quality Projects and Modelling

PKC are seeking to appoint suitably qualified and experienced supplier to undertake air quality related projects and modelling as well reporting activity on air quality related issues. More detailed information on the requirements and services to be provided under this Lot can be found in the Specification of Requirements document. Additional information: The value of contracts awarded under this Lot is estimated to be in the range of 160,000GBP - 200000GBP over the term of the Framework Agreement (including optional extension periods). However, it should be noted that this expenditure is heavily dependent upon grant funding being made available to PKC by external organisations e.g. the Scottish Government.

Renewal: PKC shall have the to option to extend the Framework, either singly or in phases, for up to two further periods of up to 12 months each after the expiry of the initial term.

Air Quality Campaigns and Promotional Activities

PKC are seeking to appoint suitably qualified and experienced supplier to design, plan, organise and run events and campaigns on behalf of PKC for projects promoting improvements in air quality and trying to change behaviours, for example in relation to how people travel. More detailed information on the requirements and services to be provided under this Lot can be found in the Specification of Requirements document. Additional information: The value of contracts awarded under this Lot is estimated to be in the range of 40,000GBP - 6000GBP over the term of the Framework Agreement (including optional extension periods). However, it should be noted that this expenditure is heavily dependent upon grant funding being made available to PKC by external organisations e.g. the Scottish Government.

Renewal: PKC shall have the to option to extend the Framework, either singly or in phases, for up to two further periods of up to 12 months each after the expiry of the initial term.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0408fa
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/005905-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90713000 - Environmental issues consultancy services

90731100 - Air quality management

90731400 - Air pollution monitoring or measurement services

Notice Value(s)

Tender Value
£760,000 £500K-£1M
Lots Value
£760,000 £500K-£1M
Awards Value
Not specified
Contracts Value
£760,000 £500K-£1M

Notice Dates

Publication Date
23 Feb 20242 years ago
Submission Deadline
9 Nov 2023Expired
Future Notice Date
Not specified
Award Date
13 Feb 20242 years ago
Contract Period
Not specified - Not specified
Recurrence
2-4 years time, dependent on requirements and whether the options available to extend this Framework Agreement are exercised.

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
PERTH & KINROSS COUNCIL
Contact Name
Kirsty Steven
Contact Email
ksteven@pkc.gov.uk
Contact Phone
+44 1738475000

Buyer Location

Locality
PERTH
Postcode
PH1 5PH
Post Town
Perth
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM0 Eastern Scotland
Small Region (ITL 3)
TLM02 Perth and Kinross, and Stirling
Delivery Location
TLM77 Perth and Kinross, and Stirling

Local Authority
Perth and Kinross
Electoral Ward
Perth City Centre
Westminster Constituency
Perth and Kinross-shire

Supplier Information

Number of Suppliers
2
Supplier Names

AIR QUALITY CONSULTANTS

RICARDO AEA

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-0408fa-2024-02-23T09:40:22Z",
    "date": "2024-02-23T09:40:22Z",
    "ocid": "ocds-h6vhtk-0408fa",
    "description": "For Lot 1 only, the bidder must hold UKAS ISO/IEC 17025 accreditation or equivalent. A Credit Reference may be undertaken prior to appointment to the Framework Agreement; bidders will therefore be expected to have a satisfactory Credit Reference rating. The Framework will represent the Council's approved sourcing route for the commodities described in the requirements. Tenderers should note that there is no guarantee of any continuity of business and that any quantities and values stipulated are estimated only. (SC Ref:758138)",
    "initiationType": "tender",
    "tender": {
        "id": "PKC12465",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "PKC12465 Air Quality Monitoring and Associated Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "90731400",
            "description": "Air pollution monitoring or measurement services"
        },
        "mainProcurementCategory": "services",
        "description": "Perth and Kinross Council ('PKC') carry out a wide range of work relating to air quality ('AQ') including, but not limited to, operation of continuous monitoring sites, monitoring and reporting on identified Air Quality Management Areas (AQMAs), and modelling to inform decision making. PKC are seeking to appoint suitably qualified and experienced suppliers to a multi-Lot Framework Agreement for Air Quality Monitoring and associated services,",
        "value": {
            "amount": 760000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsBidPerSupplier": 3
        },
        "lots": [
            {
                "id": "1",
                "title": "Air Quality Monitoring and Reporting",
                "description": "PKC are seeking to appoint suitably qualified and experienced supplier to provide and operate continuous real time monitoring stations and to manage and upload the data output from the monitoring stations to the Air Quality in Scotland website. The monitors are required to be of the type which continuously monitor ambient pollutant concentrations in situ and automatically produce results. More detailed information on the requirements and services to be provided under this Lot can be found in the Specification of Requirements document. Additional information: The value of contracts awarded under this Lot is estimated to be in the range of 440,000GBP - 500000GBP over the term of the Framework Agreement (including optional extension periods). However, it should be noted that this expenditure is heavily dependent upon grant funding being made available to PKC by external organisations e.g. the Scottish Government.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "value": {
                    "amount": 500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "PKC shall have the to option to extend the Framework, either singly or in phases, for up to two further periods of up to 12 months each after the expiry of the initial term."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "2",
                "title": "Air Quality Projects and Modelling",
                "description": "PKC are seeking to appoint suitably qualified and experienced supplier to undertake air quality related projects and modelling as well reporting activity on air quality related issues. More detailed information on the requirements and services to be provided under this Lot can be found in the Specification of Requirements document. Additional information: The value of contracts awarded under this Lot is estimated to be in the range of 160,000GBP - 200000GBP over the term of the Framework Agreement (including optional extension periods). However, it should be noted that this expenditure is heavily dependent upon grant funding being made available to PKC by external organisations e.g. the Scottish Government.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "type": "price",
                            "description": "50"
                        }
                    ]
                },
                "value": {
                    "amount": 200000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "PKC shall have the to option to extend the Framework, either singly or in phases, for up to two further periods of up to 12 months each after the expiry of the initial term."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "3",
                "title": "Air Quality Campaigns and Promotional Activities",
                "description": "PKC are seeking to appoint suitably qualified and experienced supplier to design, plan, organise and run events and campaigns on behalf of PKC for projects promoting improvements in air quality and trying to change behaviours, for example in relation to how people travel. More detailed information on the requirements and services to be provided under this Lot can be found in the Specification of Requirements document. Additional information: The value of contracts awarded under this Lot is estimated to be in the range of 40,000GBP - 6000GBP over the term of the Framework Agreement (including optional extension periods). However, it should be noted that this expenditure is heavily dependent upon grant funding being made available to PKC by external organisations e.g. the Scottish Government.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "type": "price",
                            "description": "50"
                        }
                    ]
                },
                "value": {
                    "amount": 60000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "PKC shall have the to option to extend the Framework, either singly or in phases, for up to two further periods of up to 12 months each after the expiry of the initial term."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90731400",
                        "description": "Air pollution monitoring or measurement services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM77"
                    },
                    {
                        "region": "UKM77"
                    }
                ],
                "deliveryLocation": {
                    "description": "Perth & Kinross Council area"
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90731100",
                        "description": "Air quality management"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM77"
                    },
                    {
                        "region": "UKM77"
                    }
                ],
                "deliveryLocation": {
                    "description": "Perth & Kinross Council area"
                },
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90713000",
                        "description": "Environmental issues consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM77"
                    },
                    {
                        "region": "UKM77"
                    }
                ],
                "deliveryLocation": {
                    "description": "Perth & Kinross Council area"
                },
                "relatedLot": "3"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "4B.4 Bidders will be required to state the values for the following financial ratios for each of the last 2 years: - Current Ratio (Current Assets divided by Current Liabilities) - Net Assets (Net Worth) (value per the Balance Sheet, no calculations required) 4B.5 It is a requirement of this Framework Agreement that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, Professional Indemnity Insurance, Employer's Liability Insurance and Public Liability Insurance.",
                    "minimum": "4B.4 The acceptable range for the financial ratios is: - Current Ratio It is expected that the ratio is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities in each of the 2 years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract. - Net Assets (Net Worth) It is expected that the Net Worth will be positive i.e., a Net Assets position in each of the 2 years. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract. 4B.5 The minimum levels of insurance are: - Employer's (Compulsory) Liability Insurance = 10,000,000GBP - Public Liability Insurance = 5,000,000GBP - Professional Indemnity Insurance = 2,000,000GBP",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "4C.1.2 Bidders are required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of this Notice and the tender documents. 4C.9 Bidders are required to demonstrate that they have (or have access to) the relevant tools, plant, or technical equipment to deliver the types of requirements detailed in II.2.4 of this Notice and the tender documents. 4C.10 Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the Framework Agreement. 4D.1 Quality Management Procedures 4D.1 Health and Safety Procedures 4D.2 Environmental Management Standards",
                    "minimum": "4C.1.2 Bidders will be required to provide a minimum of 2 examples. Examples should demonstrate that the bidder has experience of delivering the services outlined in in part II.2.4 of this Notice and the tender documents. The examples should be relevant to the Lot(s) being bid for; if more than one Lot is being bid for, then a minimum of 2 examples per Lot is required to cover the different types of services. 4C.9 Bidders should be able to demonstrate they have the tools, plant, or technical equipment to deliver the services outlined in II.2.4 of this Notice and the tender documents. 4C.10 Bidders are asked to advise if they intend to sub-contract. 4D.1 Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR 2. The bidder must be able to provide documented evidence of their Quality Management policies and procedures as detailed in section 10 of the Instructions for Tenderers document. 4D.1 HEALTH AND SAFETY PROCEDURES 1. 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. OR, 2. The bidder must be able to provide documented evidence of their Health and Safety policies and procedures as detailed in section 10 of the Instructions for Tenderers document. 4D.2 Environmental Management Standards 1 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, OR 2. The bidder must be able to provide documented evidence of their Quality Management policies and procedures as detailed in section 10 of the Instructions for Tenderers document.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 3
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-11-09T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2023-11-09T12:00:00Z"
        },
        "bidOpening": {
            "date": "2023-11-09T12:00:00Z"
        },
        "hasRecurrence": true,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "recurrence": {
            "description": "2-4 years time, dependent on requirements and whether the options available to extend this Framework Agreement are exercised."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-1263",
            "name": "Perth & Kinross Council",
            "identifier": {
                "legalName": "Perth & Kinross Council"
            },
            "address": {
                "streetAddress": "2 High Street",
                "locality": "Perth",
                "region": "UKM77",
                "postalCode": "PH1 5PH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Kirsty Steven",
                "telephone": "+44 1738475000",
                "email": "ksteven@pkc.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.pkc.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1265",
            "name": "Perth Sheriff Court",
            "identifier": {
                "legalName": "Perth Sheriff Court"
            },
            "address": {
                "streetAddress": "Tay Street",
                "locality": "Perth",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-50070",
            "name": "Ricardo AEA Ltd",
            "identifier": {
                "legalName": "Ricardo AEA Ltd"
            },
            "address": {
                "streetAddress": "18 Blythswood Square",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 4BG",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-105921",
            "name": "Air Quality Consultants Ltd",
            "identifier": {
                "legalName": "Air Quality Consultants Ltd"
            },
            "address": {
                "streetAddress": "23 Coldharbour Road, Bristol",
                "locality": "Bristol",
                "region": "UKK11",
                "postalCode": "BS6 7JT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1179741086"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1263",
        "name": "Perth & Kinross Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000746896"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "005905-2024-1",
            "relatedLots": [
                "1"
            ],
            "title": "Air Quality Monitoring and Reporting",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-50070",
                    "name": "Ricardo AEA Ltd"
                }
            ]
        },
        {
            "id": "005905-2024-2",
            "relatedLots": [
                "2"
            ],
            "title": "Air Quality Projects and Modelling",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-105921",
                    "name": "Air Quality Consultants Ltd"
                }
            ]
        },
        {
            "id": "005905-2024-3",
            "relatedLots": [
                "3"
            ],
            "title": "Air Quality Campaigns and Promotional Activities",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-50070",
                    "name": "Ricardo AEA Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "005905-2024-1",
            "awardID": "005905-2024-1",
            "title": "Air Quality Monitoring and Reporting",
            "status": "active",
            "value": {
                "amount": 500000,
                "currency": "GBP"
            },
            "dateSigned": "2024-02-13T00:00:00Z"
        },
        {
            "id": "005905-2024-2",
            "awardID": "005905-2024-2",
            "title": "Air Quality Projects and Modelling",
            "status": "active",
            "value": {
                "amount": 200000,
                "currency": "GBP"
            },
            "dateSigned": "2024-02-13T00:00:00Z"
        },
        {
            "id": "005905-2024-3",
            "awardID": "005905-2024-3",
            "title": "Air Quality Campaigns and Promotional Activities",
            "status": "active",
            "value": {
                "amount": 60000,
                "currency": "GBP"
            },
            "dateSigned": "2024-02-13T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "2",
                "value": 4
            },
            {
                "id": "11",
                "measure": "bids",
                "relatedLot": "3",
                "value": 1
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "2",
                "value": 1
            },
            {
                "id": "12",
                "measure": "smeBids",
                "relatedLot": "3",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "13",
                "measure": "foreignBidsFromEU",
                "relatedLot": "3",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "2",
                "value": 4
            },
            {
                "id": "14",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "3",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "2",
                "value": 4
            },
            {
                "id": "15",
                "measure": "electronicBids",
                "relatedLot": "3",
                "value": 1
            }
        ]
    }
}