Notice Information
Notice Title
BSP-25-004 Workplace Uniforms and PPE
Notice Description
The EA invites tenders for the provision of Workplace Uniforms and PPE. This Framework Agreement will run from the 01 June 2025 for a 2 year Initial Period on an as and when required basis, with a possible further extension of a 2 year period. The administering procurement office for this tender, on behalf of EA, will be the Business Services and Products Procurement Category, based in Ballymena. The EA invites tenders for the provision of Workplace Uniforms and PPE. This Framework has the following 5 Lots: Lot 1 Protective Clothing, Lot 2 School Crossing Patrol, Lot 3 Misc Items, Equip and Gloves, and Specialised Protective Clothing, Lot 4 Catering Accessories and Uniforms and Lot 5 Bite Resistant PPE.
Lot Information
Lot 1
The EA invites tenders for the provision of Workplace Uniforms and PPE. This Framework Agreement will run from the 01 June 2025 for a 2 year Initial Period on an as and when required basis, with a possible further extension of a 2 year period. The administering procurement office for this tender, on behalf of EA, will be the Business Services and Products Procurement Category, based in Ballymena. The EA invites tenders for the provision of Workplace Uniforms and PPE. This Framework has the following 5 Lots: Lot 1 Protective Clothing, Lot 2 School Crossing Patrol, Lot 3 Misc Items, Equip and Gloves, and Specialised Protective Clothing, Lot 4 Catering Accessories and Uniforms and Lot 5 Bite Resistant PPE. Additional information: The scope of this Framework Agreement is to fulfilthe EA's supply and delivery requirement of Workplace Uniforms andPPE for various directorates and schools throughout the whole of NIfrom 01 June 2024. This Framework Agreement is divided into 5 Lotswhich are: Lot 1 - Protective Clothing, Lot 2 - School CrossingPatrol, Lot 3 - Miscellaneous Items, Equipment, Gloves andSpecialist Protective Clothing, Lot 4 - Catering Accessories Uniforms, Lot 5 - Bite Resistant PPE. This Framework Agreement islet by the Northern Ireland Education Authority "EA" and is opento the EA, including NI educational bodies as follows: Primary andPost Primary schools under the control of the EA, CatholicMaintained Schools, Independent Schools in NI, Irish Medium Schoolsin NI, both Controlled and, Voluntary Grammar Schools, NurserySchool for NI both controlled and Catholic Maintained, schoolmeals kitchens on-site at all of these schools, and ControlledYouth Centres. Further Education Colleges in NI - The colleges withSLA agreements are: North West Regional College, Northern RegionalCollege, South Eastern Regional College, South West College,Southern Regional College, Grant Controlled Integrated EducationSchools in NI, Independent School in NI, Libraries NI, EA Teachers'and Educational Centres, Council for the Curriculum, Examinationand Assessment NI CCEA, Armagh Observatory and Planetarium,Middletown Centre for Autism, Controlled Schools Support CouncilCSSC. Education Authority, Northern Ireland Council forIntegrated Education NICIE. At some point during the life of theFramework, any current and future EA customers, and educationalbodies, may wish to utilise the agreement and should have access,at any point, with the permission of EA. This agreement is notintended to replace any current agreements, either participating ornon-participating institutions may already have in place. The estimated value in II.2.7 is maximum estimated value including allLots and there is no guarantee of spend. Value may move betweenLots during the course of the Framework Agreement
Options: This Framework is for an initial 2 year period with the option to extend for a further 2 years
Renewal: Option to extend for a further 2 year period.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04c92a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/060786-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
18 - Clothing, footwear, luggage articles and accessories
35 - Security, fire-fighting, police and defence equipment
-
- CPV Codes
18100000 - Occupational clothing, special workwear and accessories
18110000 - Occupational clothing
18113000 - Industrial clothing
18114000 - Coveralls
18130000 - Special workwear
18140000 - Workwear accessories
18141000 - Work gloves
18142000 - Safety visors
18143000 - Protective gear
18200000 - Outerwear
18210000 - Coats
18213000 - Wind jackets
18220000 - Weatherproof clothing
18221000 - Waterproof clothing
18221300 - Raincoats
18222000 - Corporate clothing
18230000 - Miscellaneous outerwear
18232000 - Skirts
18234000 - Trousers
18235000 - Pullovers, cardigans and similar articles
18235100 - Pullovers
18235300 - Sweatshirts
18330000 - T-shirts and shirts
18331000 - T-shirts
18332000 - Shirts
18333000 - Polo shirts
18400000 - Special clothing and accessories
18410000 - Special clothing
18420000 - Clothing accessories
18424000 - Gloves
18443000 - Headgear and headgear accessories
18443300 - Headgear
18443320 - Field caps
18443340 - Caps
18443400 - Chin straps for headgear
18443500 - Visors
18444000 - Protective headgear
18444100 - Safety headgear
18444110 - Helmets
18444111 - Crash helmets
18444200 - Hard hats
35113000 - Safety equipment
35113300 - Safety installations
35113430 - Safety vests
35113440 - Reflective vests
35113470 - Protective shirts or pants
Notice Value(s)
- Tender Value
- £5,000,000 £1M-£10M
- Lots Value
- £5,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £500,000 £500K-£1M
Notice Dates
- Publication Date
- 30 Sep 20254 months ago
- Submission Deadline
- 20 Jan 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 22 Sep 20255 months ago
- Contract Period
- 31 May 2025 - 31 May 2027 1-2 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE EDUCATION AUTHORITY
- Contact Name
- business.procureeani.org.uk
- Contact Email
- business.procure@eani.org.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BELFAST
- Postcode
- BT1 2NQ
- Post Town
- Northern Ireland
- Country
- Northern Ireland
-
- Major Region (ITL 1)
- TLN Northern Ireland
- Basic Region (ITL 2)
- TLN0 Northern Ireland
- Small Region (ITL 3)
- TLN06 Belfast
- Delivery Location
- TLN Northern Ireland
-
- Local Authority
- Belfast
- Electoral Ward
- Duncairn
- Westminster Constituency
- Belfast North
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04c92a-2025-09-30T11:09:47+01:00",
"date": "2025-09-30T11:09:47+01:00",
"ocid": "ocds-h6vhtk-04c92a",
"description": "The scope of this Framework Agreement is to fulfil the EA's supply and delivery requirement of Workplace Uniforms and PPE for various directorates and schools throughout the whole of NI from 01 June 2024. This Framework Agreement is divided into 5 Lots which are: Lot 1 - Protective Clothing. Lot 2 - School Crossing Patrol . Lot 3 - Miscellaneous Items, Equipment, Gloves and Specialist Protective Clothing. Lot 4 - Catering Accessories & Uniforms. Lot 5 - Bite Resistant PPE. This Framework Agreement is let by the Northern Ireland Education Authority (\"EA\") and is open to the EA, including NI educational bodies as follows: Primary and Post Primary schools under the control of the EA, Catholic Maintained Schools, Independent Schools in NI, Irish Medium Schools in NI, both Controlled and, Voluntary Grammar Schools, Nursery School for NI (both controlled and Catholic Maintained), school meals kitchens on-site at all of these schools, and Controlled Youth Centres. Further Education Colleges in NI - The colleges with SLA agreements are: North West Regional College, Northern Regional College, South Eastern Regional College, South West College, Southern Regional College. Grant Controlled Integrated Education Schools in NI. Independent School in NI. Libraries NI: https://www.librariesni.org.uk/Libraries/. EA Teachers' and Educational Centres. Council for the Curriculum, Examination and Assessment NI (CCEA) . Armagh Observatory and Planetarium. Middletown Centre for Autism. Controlled Schools Support Council (CSSC). Education Authority. Northern Ireland Council for Integrated Education (NICIE). At some point during the life of the Framework, any current and future EA customers, and educational bodies, may wish to utilise the agreement and should have access, at any point, with the permission of EA. This agreement is not intended to replace any current agreements, either participating or non-participating institutions may already have in place. The estimated value in II.2.6 is maximum estimated value including all Lots and there is no guarantee of spend. Value may move between Lots during the course of the Framework Agreement.",
"initiationType": "tender",
"tender": {
"id": "BSP-25-004",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "BSP-25-004 Workplace Uniforms and PPE",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "18100000",
"description": "Occupational clothing, special workwear and accessories"
},
"mainProcurementCategory": "goods",
"description": "The EA invites tenders for the provision of Workplace Uniforms and PPE. This Framework Agreement will run from the 01 June 2025 for a 2 year Initial Period on an as and when required basis, with a possible further extension of a 2 year period. The administering procurement office for this tender, on behalf of EA, will be the Business Services and Products Procurement Category, based in Ballymena. The EA invites tenders for the provision of Workplace Uniforms and PPE. This Framework has the following 5 Lots: Lot 1 Protective Clothing, Lot 2 School Crossing Patrol, Lot 3 Misc Items, Equip and Gloves, and Specialised Protective Clothing, Lot 4 Catering Accessories and Uniforms and Lot 5 Bite Resistant PPE.",
"value": {
"amount": 5000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The EA invites tenders for the provision of Workplace Uniforms and PPE. This Framework Agreement will run from the 01 June 2025 for a 2 year Initial Period on an as and when required basis, with a possible further extension of a 2 year period. The administering procurement office for this tender, on behalf of EA, will be the Business Services and Products Procurement Category, based in Ballymena. The EA invites tenders for the provision of Workplace Uniforms and PPE. This Framework has the following 5 Lots: Lot 1 Protective Clothing, Lot 2 School Crossing Patrol, Lot 3 Misc Items, Equip and Gloves, and Specialised Protective Clothing, Lot 4 Catering Accessories and Uniforms and Lot 5 Bite Resistant PPE. Additional information: The scope of this Framework Agreement is to fulfilthe EA's supply and delivery requirement of Workplace Uniforms andPPE for various directorates and schools throughout the whole of NIfrom 01 June 2024. This Framework Agreement is divided into 5 Lotswhich are: Lot 1 - Protective Clothing, Lot 2 - School CrossingPatrol, Lot 3 - Miscellaneous Items, Equipment, Gloves andSpecialist Protective Clothing, Lot 4 - Catering Accessories Uniforms, Lot 5 - Bite Resistant PPE. This Framework Agreement islet by the Northern Ireland Education Authority \"EA\" and is opento the EA, including NI educational bodies as follows: Primary andPost Primary schools under the control of the EA, CatholicMaintained Schools, Independent Schools in NI, Irish Medium Schoolsin NI, both Controlled and, Voluntary Grammar Schools, NurserySchool for NI both controlled and Catholic Maintained, schoolmeals kitchens on-site at all of these schools, and ControlledYouth Centres. Further Education Colleges in NI - The colleges withSLA agreements are: North West Regional College, Northern RegionalCollege, South Eastern Regional College, South West College,Southern Regional College, Grant Controlled Integrated EducationSchools in NI, Independent School in NI, Libraries NI, EA Teachers'and Educational Centres, Council for the Curriculum, Examinationand Assessment NI CCEA, Armagh Observatory and Planetarium,Middletown Centre for Autism, Controlled Schools Support CouncilCSSC. Education Authority, Northern Ireland Council forIntegrated Education NICIE. At some point during the life of theFramework, any current and future EA customers, and educationalbodies, may wish to utilise the agreement and should have access,at any point, with the permission of EA. This agreement is notintended to replace any current agreements, either participating ornon-participating institutions may already have in place. The estimated value in II.2.7 is maximum estimated value including allLots and there is no guarantee of spend. Value may move betweenLots during the course of the Framework Agreement",
"value": {
"amount": 5000000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2025-06-01T00:00:00+01:00",
"endDate": "2027-05-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for a further 2 year period."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "This Framework is for an initial 2 year period with the option to extend for a further 2 years"
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "AC1.1, 1.2 1.3 Methodology",
"type": "quality",
"description": "16"
},
{
"name": "AC2 Quality Assurance",
"type": "quality",
"description": "10"
},
{
"name": "AC3 Business Continuity and Contract Management",
"type": "quality",
"description": "8"
},
{
"name": "AC4 Social Considerations",
"type": "quality",
"description": "6"
},
{
"name": "AC5 Cost",
"type": "cost",
"description": "60"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "18110000",
"description": "Occupational clothing"
},
{
"scheme": "CPV",
"id": "18113000",
"description": "Industrial clothing"
},
{
"scheme": "CPV",
"id": "18114000",
"description": "Coveralls"
},
{
"scheme": "CPV",
"id": "18130000",
"description": "Special workwear"
},
{
"scheme": "CPV",
"id": "18140000",
"description": "Workwear accessories"
},
{
"scheme": "CPV",
"id": "18141000",
"description": "Work gloves"
},
{
"scheme": "CPV",
"id": "18142000",
"description": "Safety visors"
},
{
"scheme": "CPV",
"id": "18143000",
"description": "Protective gear"
},
{
"scheme": "CPV",
"id": "18200000",
"description": "Outerwear"
},
{
"scheme": "CPV",
"id": "18210000",
"description": "Coats"
},
{
"scheme": "CPV",
"id": "18213000",
"description": "Wind jackets"
},
{
"scheme": "CPV",
"id": "18220000",
"description": "Weatherproof clothing"
},
{
"scheme": "CPV",
"id": "18221000",
"description": "Waterproof clothing"
},
{
"scheme": "CPV",
"id": "18221300",
"description": "Raincoats"
},
{
"scheme": "CPV",
"id": "18222000",
"description": "Corporate clothing"
},
{
"scheme": "CPV",
"id": "18230000",
"description": "Miscellaneous outerwear"
},
{
"scheme": "CPV",
"id": "18232000",
"description": "Skirts"
},
{
"scheme": "CPV",
"id": "18234000",
"description": "Trousers"
},
{
"scheme": "CPV",
"id": "18235000",
"description": "Pullovers, cardigans and similar articles"
},
{
"scheme": "CPV",
"id": "18235100",
"description": "Pullovers"
},
{
"scheme": "CPV",
"id": "18235300",
"description": "Sweatshirts"
},
{
"scheme": "CPV",
"id": "18330000",
"description": "T-shirts and shirts"
},
{
"scheme": "CPV",
"id": "18331000",
"description": "T-shirts"
},
{
"scheme": "CPV",
"id": "18332000",
"description": "Shirts"
},
{
"scheme": "CPV",
"id": "18333000",
"description": "Polo shirts"
},
{
"scheme": "CPV",
"id": "18400000",
"description": "Special clothing and accessories"
},
{
"scheme": "CPV",
"id": "18410000",
"description": "Special clothing"
},
{
"scheme": "CPV",
"id": "18420000",
"description": "Clothing accessories"
},
{
"scheme": "CPV",
"id": "18424000",
"description": "Gloves"
},
{
"scheme": "CPV",
"id": "18443000",
"description": "Headgear and headgear accessories"
},
{
"scheme": "CPV",
"id": "18443300",
"description": "Headgear"
},
{
"scheme": "CPV",
"id": "18443340",
"description": "Caps"
},
{
"scheme": "CPV",
"id": "18443400",
"description": "Chin straps for headgear"
},
{
"scheme": "CPV",
"id": "18443320",
"description": "Field caps"
},
{
"scheme": "CPV",
"id": "18443500",
"description": "Visors"
},
{
"scheme": "CPV",
"id": "18444000",
"description": "Protective headgear"
},
{
"scheme": "CPV",
"id": "18444100",
"description": "Safety headgear"
},
{
"scheme": "CPV",
"id": "18444110",
"description": "Helmets"
},
{
"scheme": "CPV",
"id": "18444111",
"description": "Crash helmets"
},
{
"scheme": "CPV",
"id": "18444200",
"description": "Hard hats"
},
{
"scheme": "CPV",
"id": "35113000",
"description": "Safety equipment"
},
{
"scheme": "CPV",
"id": "35113300",
"description": "Safety installations"
},
{
"scheme": "CPV",
"id": "35113430",
"description": "Safety vests"
},
{
"scheme": "CPV",
"id": "35113440",
"description": "Reflective vests"
},
{
"scheme": "CPV",
"id": "35113470",
"description": "Protective shirts or pants"
}
],
"deliveryAddresses": [
{
"region": "UKN"
},
{
"region": "UKN"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://etendersni.gov.uk/epps",
"communication": {
"atypicalToolUrl": "https://etendersni.gov.uk/epps"
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As per tender documents",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "As per tender documents",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "As per tender documents"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 5
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2025-01-20T15:00:00Z"
},
"secondStage": {
"invitationDate": "2025-01-27T00:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2025-06-27T23:59:59+01:00"
}
},
"hasRecurrence": false,
"reviewDetails": "The UK does not currently have any such bodies with responsibilities for appeal/mediation procedures."
},
"parties": [
{
"id": "GB-FTS-84187",
"name": "the Education Authority",
"identifier": {
"legalName": "the Education Authority"
},
"address": {
"streetAddress": "40 Academy Street",
"locality": "Belfast",
"region": "UK",
"postalCode": "BT1 2NQ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "business.procureeani.org.uk",
"email": "business.procure@eani.org.uk",
"url": "https://etendersni.gov.uk/epps"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"buyerProfile": "https://etendersni.gov.uk/epps",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "09",
"description": "Education"
}
]
}
},
{
"id": "GB-FTS-1728",
"name": "Education Authority",
"identifier": {
"legalName": "Education Authority"
},
"address": {
"locality": "Belfast",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-3716",
"name": "The UK does not currently have any such bodies with responsibilities for appeal/mediation procedures.",
"identifier": {
"legalName": "The UK does not currently have any such bodies with responsibilities for appeal/mediation procedures."
},
"address": {
"locality": "Belfast",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody"
]
},
{
"id": "GB-FTS-25205",
"name": "Charles Hughes Ltd.",
"identifier": {
"legalName": "Charles Hughes Ltd."
},
"address": {
"streetAddress": "Westport Business and Technology Park, Westport, Co Mayo, Ireland",
"locality": "Westport",
"region": "IE",
"postalCode": "F28FY88",
"countryName": "Ireland"
},
"contactPoint": {
"email": "info@portwest.ie"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "sme"
}
},
{
"id": "GB-FTS-162372",
"name": "KELTIC LIMITED",
"identifier": {
"legalName": "KELTIC LIMITED"
},
"address": {
"streetAddress": "Unit 11 Bentley Lane Industrial Park, Bentley Lane",
"locality": "WALSALL",
"region": "UK",
"postalCode": "WS2 8TL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 8450666699",
"email": "scp@kelticclothing.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "sme"
}
},
{
"id": "GB-FTS-25206",
"name": "HEALTHY BEAN LTD",
"identifier": {
"legalName": "HEALTHY BEAN LTD"
},
"address": {
"streetAddress": "501 COCHRANE LODGE, 501 COCHRANE LODGE 5 WEST PARKSIDE, NORTH GREENWICH",
"locality": "LONDON",
"region": "UK",
"postalCode": "SE100ZD",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "info@healthybean.org"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "sme"
}
},
{
"id": "GB-FTS-162373",
"name": "RESONATE BRANDING LTD",
"identifier": {
"legalName": "RESONATE BRANDING LTD"
},
"address": {
"streetAddress": "Lissue Industrial Estate, Moira Road",
"locality": "Lisburn",
"region": "UK",
"postalCode": "BT28 2RB",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2892621115",
"email": "info@resonatebranding.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "sme"
}
},
{
"id": "GB-FTS-162374",
"name": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended. The UK does not have any such bodies wit",
"identifier": {
"legalName": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended. The UK does not have any such bodies wit"
},
"address": {
"locality": "Belfast",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-84187",
"name": "the Education Authority"
},
"language": "en",
"awards": [
{
"id": "060786-2025-1-1",
"relatedLots": [
"1"
],
"title": "Contract",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-25205",
"name": "Charles Hughes Ltd."
},
{
"id": "GB-FTS-162372",
"name": "KELTIC LIMITED"
},
{
"id": "GB-FTS-25206",
"name": "HEALTHY BEAN LTD"
},
{
"id": "GB-FTS-162373",
"name": "RESONATE BRANDING LTD"
}
]
}
],
"contracts": [
{
"id": "060786-2025-1-1",
"awardID": "060786-2025-1-1",
"title": "Contract",
"status": "active",
"value": {
"amount": 500000,
"currency": "GBP"
},
"dateSigned": "2025-09-23T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 12
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 4
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 1
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 3
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 12
}
]
}
}