Award

ID 5537570 - DoF - Provision of Internal Audit Services

DEPARTMENT OF FINANCE

This public procurement record has 2 releases in its history.

Award

30 May 2025 at 12:56

Tender

07 Feb 2025 at 15:36

Summary of the contracting process

The procurement process initiated by the Department of Finance in the UK involves the provision of Internal Audit Services under a Framework Agreement. This procurement, targeted at auditing services, is divided into two lots: General Internal Audit Services and ICT Internal Audit Services. Situated in the region of Northern Ireland (UKN), the Department aims to enhance its auditing strategies through risk-based internal audit assignments. The procurement follows an open procedure, and key milestones include the initial award expected on 1 April 2025, with the Framework continuing until 31 March 2026. Interested suppliers were required to submit written bids by 10 March 2025, with the award period commencing immediately after the bid opening on the same day.

This tender presents significant business growth opportunities, especially for firms proficient in providing internal and ICT audit services. It accommodates both large enterprises and SMEs, as illustrated by the involvement of prominent organisations such as Deloitte, Ernst & Young LLP, and Sumer Accountants NI Ltd. Companies with a robust methodology, skilled personnel, and cost-effective solutions are well-positioned to succeed. By securing a position on this Framework, businesses can establish long-term relationships with a central government department, potentially unlocking further opportunities for work across public bodies subject to Northern Ireland Procurement Policy. However, participants should be mindful of the demand-driven nature of the Framework, which may not guarantee a steady stream of work.

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

ID 5537570 - DoF - Provision of Internal Audit Services

Notice Description

Internal Audit Services (IAS) intends to establish a Framework Agreement for the provision of internal auditors to carry out risk-based Internal Audit assignments which will contribute towards the completion of agreed Internal Audit Strategies and associated Internal Audit Plans on a call-off as required basis. The Framework Agreement will contain 2 (two) Lots: Lot 1 - General Internal Audit Services and Lot 2 - ICT Internal Audit Services. Full details of requirements are set out in the Specification document (ID 5537870 - Specification).

Lot Information

Lot 1 - General Internal Audit Services

Internal Audit Services (IAS) intends to establish a Framework Agreement for the provision of internal auditors to carry out risk-based Internal Audit assignments which will contribute towards the completion of agreed Internal Audit Strategies and associated Internal Audit Plans on a call-off as required basis. The Framework Agreement will contain 2 (two) Lots: Lot 1 - General Internal Audit Services and Lot 2 - ICT Internal Audit Services. Full details of requirements are set out in the Specification document (ID 5537870 - Specification). Additional information: This is a demand driven Framework, there is no guarantee of work given. The figure indicated in Section II.1.5 represents an estimated value. This value reflects the potential scale and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into accountthe application of indexation. Neither CPD nor the Authority can provide any guarantee as. tothe level of business under this Framework. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmedby the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.

Options: Following the initial term, there are 3 options to extend for any period of up to and including12 months each.

Renewal: The Framework Agreement shall commence on award (expected to be 1 April 2025) and will continue until the end of the Initial Term (31 March 2026), with three options to extend for any period of up to and including 12 months each.

Lot 2 - ICT Internal Audit Services

Internal Audit Services (IAS) intends to establish a Framework Agreement for the provision of internal auditors to carry out risk-based Internal Audit assignments which will contribute towards the completion of agreed Internal Audit Strategies and associated Internal Audit Plans on a call-off as required basis. The Framework Agreement will contain 2 (two) Lots: Lot 1 - General Internal Audit Services and Lot 2 - ICT Internal Audit Services. Full details of requirements are set out in the Specification document (ID 5537870 - Specification). Additional information: This is a demand driven Framework, there is no guarantee of work given. The figure indicated in Section II.1.5 represents an estimated value. This value reflects the potential scale and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into accountthe application of indexation. Neither CPD nor the Authority can provide any guarantee as. tothe level of business under this Framework. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmedby the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.

Options: Following the initial term, there are 3 options to extend for any period of up to and including 12 months each.

Renewal: The Framework Agreement shall commence on award (expected to be 1 April 2025) and will continue until the end of the Initial Term (31 March 2026), with three options to extend for any period of up to and including 12 months each.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04dce5
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/028806-2025
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
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79000000 - Business services: law, marketing, consulting, recruitment, printing and security

79200000 - Accounting, auditing and fiscal services

79210000 - Accounting and auditing services

79212000 - Auditing services

79212100 - Financial auditing services

79212110 - Corporate governance rating services

79212200 - Internal audit services

79212300 - Statutory audit services

79212400 - Fraud audit services

Notice Value(s)

Tender Value
£2,000,000 £1M-£10M
Lots Value
£2,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£2,000,000 £1M-£10M

Notice Dates

Publication Date
30 May 20258 months ago
Submission Deadline
10 Mar 2025Expired
Future Notice Date
Not specified
Award Date
29 May 20258 months 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
DEPARTMENT OF FINANCE
Contact Name
Not specified
Contact Email
ssdadmin.cpd@finance-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT3 9ED
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
Sydenham
Westminster Constituency
Belfast East

Supplier Information

Number of Suppliers
3
Supplier Names

DELOITTE - MAIN ACCOUNT MCS/LLP

ERNST YOUNG

SUMER ACCOUNTANTS NI

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-04dce5-2025-05-30T13:56:15+01:00",
    "date": "2025-05-30T13:56:15+01:00",
    "ocid": "ocds-h6vhtk-04dce5",
    "description": "Contract Monitoring. The successful contractor's performance on the contract will be regularly monitored in line with the tender documentation. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and the contract may be terminated. The issue of a Notice of Unsatisfactory Performance can result in the Contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of three years from the date of issue.. .",
    "initiationType": "tender",
    "tender": {
        "id": "ID 5537570",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "ID 5537570 - DoF - Provision of Internal Audit Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79212000",
            "description": "Auditing services"
        },
        "mainProcurementCategory": "services",
        "description": "Internal Audit Services (IAS) intends to establish a Framework Agreement for the provision of internal auditors to carry out risk-based Internal Audit assignments which will contribute towards the completion of agreed Internal Audit Strategies and associated Internal Audit Plans on a call-off as required basis. The Framework Agreement will contain 2 (two) Lots: Lot 1 - General Internal Audit Services and Lot 2 - ICT Internal Audit Services. Full details of requirements are set out in the Specification document (ID 5537870 - Specification).",
        "value": {
            "amount": 2000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 - General Internal Audit Services",
                "description": "Internal Audit Services (IAS) intends to establish a Framework Agreement for the provision of internal auditors to carry out risk-based Internal Audit assignments which will contribute towards the completion of agreed Internal Audit Strategies and associated Internal Audit Plans on a call-off as required basis. The Framework Agreement will contain 2 (two) Lots: Lot 1 - General Internal Audit Services and Lot 2 - ICT Internal Audit Services. Full details of requirements are set out in the Specification document (ID 5537870 - Specification). Additional information: This is a demand driven Framework, there is no guarantee of work given. The figure indicated in Section II.1.5 represents an estimated value. This value reflects the potential scale and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into accountthe application of indexation. Neither CPD nor the Authority can provide any guarantee as. tothe level of business under this Framework. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmedby the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.",
                "value": {
                    "amount": 1500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Framework Agreement shall commence on award (expected to be 1 April 2025) and will continue until the end of the Initial Term (31 March 2026), with three options to extend for any period of up to and including 12 months each."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Following the initial term, there are 3 options to extend for any period of up to and including12 months each."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "AC1 - Methodology and Contingency",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "name": "AC2 - Personnel Skills and Experience",
                            "type": "quality",
                            "description": "29.6"
                        },
                        {
                            "name": "AC3 - Social Value",
                            "type": "quality",
                            "description": "10.4"
                        },
                        {
                            "name": "AC4 - Cost Daily Rate",
                            "type": "cost",
                            "description": "20"
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "Lot 2 - ICT Internal Audit Services",
                "description": "Internal Audit Services (IAS) intends to establish a Framework Agreement for the provision of internal auditors to carry out risk-based Internal Audit assignments which will contribute towards the completion of agreed Internal Audit Strategies and associated Internal Audit Plans on a call-off as required basis. The Framework Agreement will contain 2 (two) Lots: Lot 1 - General Internal Audit Services and Lot 2 - ICT Internal Audit Services. Full details of requirements are set out in the Specification document (ID 5537870 - Specification). Additional information: This is a demand driven Framework, there is no guarantee of work given. The figure indicated in Section II.1.5 represents an estimated value. This value reflects the potential scale and takes into account potential optional extension periods and the uptake of potential optional services as detailed in the tender documents. This figure does not however take into accountthe application of indexation. Neither CPD nor the Authority can provide any guarantee as. tothe level of business under this Framework. The Contracting Authority does not bind itself to accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall have no legitimate expectation that a contract will be entered into until such time as entry into the Contract has been confirmedby the Contracting Authority. Economic Operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them.",
                "value": {
                    "amount": 500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Framework Agreement shall commence on award (expected to be 1 April 2025) and will continue until the end of the Initial Term (31 March 2026), with three options to extend for any period of up to and including 12 months each."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Following the initial term, there are 3 options to extend for any period of up to and including 12 months each."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "AC1 -Methodology and Contingency",
                            "type": "quality",
                            "description": "48"
                        },
                        {
                            "name": "AC2 -Personnel Skills and Experience",
                            "type": "quality",
                            "description": "32"
                        },
                        {
                            "name": "AC3 - Cost Daily Rate",
                            "type": "cost",
                            "description": "20"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79212200",
                        "description": "Internal audit services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79212300",
                        "description": "Statutory audit services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79212400",
                        "description": "Fraud audit services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79200000",
                        "description": "Accounting, auditing and fiscal services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79210000",
                        "description": "Accounting and auditing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79212100",
                        "description": "Financial auditing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79212110",
                        "description": "Corporate governance rating services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79212200",
                        "description": "Internal audit services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79212300",
                        "description": "Statutory audit services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79212400",
                        "description": "Fraud audit services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79200000",
                        "description": "Accounting, auditing and fiscal services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79210000",
                        "description": "Accounting and auditing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79212100",
                        "description": "Financial auditing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79212110",
                        "description": "Corporate governance rating services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "As per Tender documentation.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "As per Tender documentation.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "As per Tender documentation."
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 5
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-03-10T15:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2025-06-08T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2025-03-10T15:30:00Z"
        },
        "bidOpening": {
            "date": "2025-03-10T15:30:00Z"
        },
        "hasRecurrence": false,
        "reviewDetails": "CPD complied with the Public Contracts Regulations 2015 and incorporated a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract was communicated to tenderers. That notification provided full information on the award decision. This provided time for the unsuccessful tenderers to challenge the award decision before the contract was entered into."
    },
    "parties": [
        {
            "id": "GB-FTS-3552",
            "name": "Department of Finance",
            "identifier": {
                "legalName": "Department of Finance"
            },
            "address": {
                "streetAddress": "303 Airport Road West",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "ssdadmin.cpd@finance-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps"
            },
            "roles": [
                "buyer"
            ],
            "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": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-20217",
            "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.",
            "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."
            },
            "address": {
                "locality": "Belfast",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-145260",
            "name": "Sumer Accountants NI Ltd",
            "identifier": {
                "legalName": "Sumer Accountants NI Ltd"
            },
            "address": {
                "streetAddress": "Glendinning House",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT1 6DN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "info@sumerni.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://sumerni.co.uk/contact/",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-6573",
            "name": "ERNST YOUNG LLP",
            "identifier": {
                "legalName": "ERNST YOUNG LLP"
            },
            "address": {
                "streetAddress": "1 More Place",
                "locality": "LONDON",
                "region": "UK",
                "postalCode": "SE1 7EU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "jkilliner@uk.ey.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.ey.com/en_uk",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-23737",
            "name": "Deloitte - Main Account MCS/LLP",
            "identifier": {
                "legalName": "Deloitte - Main Account MCS/LLP"
            },
            "address": {
                "streetAddress": "Hill House",
                "locality": "LONDON",
                "region": "UK",
                "postalCode": "EC4A 3JR",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "cpdtenders@deloitte.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-3552",
        "name": "Department of Finance"
    },
    "language": "en",
    "awards": [
        {
            "id": "028806-2025-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Lot 1 - General Internal Audit Services",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-145260",
                    "name": "Sumer Accountants NI Ltd"
                },
                {
                    "id": "GB-FTS-23737",
                    "name": "Deloitte - Main Account MCS/LLP"
                },
                {
                    "id": "GB-FTS-6573",
                    "name": "ERNST YOUNG LLP"
                }
            ]
        },
        {
            "id": "028806-2025-2-2",
            "relatedLots": [
                "2"
            ],
            "title": "Lot 2 - ICT Internal Audit Services",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-6573",
                    "name": "ERNST YOUNG LLP"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "028806-2025-1-1",
            "awardID": "028806-2025-1-1",
            "title": "Lot 1 - General Internal Audit Services",
            "status": "active",
            "value": {
                "amount": 1500000,
                "currency": "GBP"
            },
            "dateSigned": "2025-05-30T00:00:00+01:00"
        },
        {
            "id": "028806-2025-2-2",
            "awardID": "028806-2025-2-2",
            "title": "Lot 2 - ICT Internal Audit Services",
            "status": "active",
            "value": {
                "amount": 500000,
                "currency": "GBP"
            },
            "dateSigned": "2025-05-30T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "2",
                "value": 1
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "2",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "2",
                "value": 1
            }
        ]
    }
}