Award

EC1047 Air Cooled Chillers and Close Control Units Maintenance & Reactive Work

UNIVERSITY OF EDINBURGH

This public procurement record has 2 releases in its history.

Award

27 Jan 2026 at 09:44

Tender

21 Apr 2025 at 14:16

Summary of the contracting process

The University of Edinburgh has concluded the procurement process for the maintenance and reactive work of Air Cooled Chillers and Close Control Units (CCUs), appointing Lovat's Group Ltd for the Air Cooled Chillers and Celsius Cooling Ltd for the CCUs, each responsible for a specific lot within the university's estate. The procurement was conducted through a Restricted Procedure, a selective method involving a two-stage tender process. The contract, valued at £1,250,000, extends over an initial period of three years, from 1st February 2026 to 31st January 2029, with the possibility of two one-year extensions, potentially lasting until 31st January 2031. The focus falls under the Repair and Maintenance Services industry category, with the scope encompassing locations across the UKM75 region, primarily covering the University’s varied campuses.

This procurement presents significant business growth opportunities, particularly for firms specializing in HVAC and repair services with proven capabilities in maintenance and reactive work for complex systems like air cooled chillers and CCUs. Small and medium-sized enterprises (SMEs), such as the awarded companies, may find this tender especially fitting due to its substantial scope and specialization requirement. The tender evaluation heavily weighted technical expertise at 70%, complemented by a 30% consideration for pricing, setting a precedence for quality deliverables. Firms capable of offering sophisticated technical solutions while maintaining competitive pricing are well suited to compete for similar opportunities, enhancing their market presence within the public sector’s educational facilities management domain.

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

EC1047 Air Cooled Chillers and Close Control Units Maintenance & Reactive Work

Notice Description

The University of Edinburgh has appointed two suppliers to provide maintenance services and reactive works for Air Cooled Chillers and Close Control Units (CCUs) that are spread throughout the University's Estate. This contract is split into two lots as follows, with one supplier appointed per lot. Lot 1: Air Cooled Chillers; and Lot 2: Close Control Units (CCUs). The initial contract period is for 3 years from 1st February 2026 to 31st January 2029. The University has two options to extend for periods of 1-year each, potentially taking the contract through to 31st January 2031 (3+1+1). The contracts have been awarded following an openly advertised Restricted Procedure (two-stage tender process).

Lot Information

Air Cooled Chillers

The University of Edinburgh has appointed a single supplier to provide maintenance services and reactive work for Lot 1, comprising Air Cooled Chillers that are spread throughout the University's Estate. The contract has been awarded following an openly advertised Restricted Procedure (two-stage tender process).

Options: The University has two options to extend for periods of 1-year each, potentially taking the contract through to 31st January 2031 if all extensions are applied (3+1+1).

Renewal: Initial contract period of 3 years with the option to extend for up to a further 2 years in total (3+1+1).

Close Control Units (CCUs)

The University of Edinburgh has appointed a single supplier to provide maintenance services and reactive work for Lot 2, comprising Close Control Units (CCUs) that are spread throughout the University's Estate. The contract has been awarded following an openly advertised Restricted Procedure (two-stage tender process).

Options: The University has two options to extend for periods of 1-year each, potentially taking the contract through to 31st January 2031 if all extensions are applied (3+1+1).

Renewal: Initial contract period of 3 years with the option to extend for up to a further 2 years in total (3+1+1).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05054c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/006921-2026
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

42 - Industrial machinery

50 - Repair and maintenance services


CPV Codes

42500000 - Cooling and ventilation equipment

50000000 - Repair and maintenance services

Notice Value(s)

Tender Value
£1,250,000 £1M-£10M
Lots Value
£750,000 £500K-£1M
Awards Value
Not specified
Contracts Value
£1,250,000 £1M-£10M

Notice Dates

Publication Date
27 Jan 20263 weeks ago
Submission Deadline
19 May 2025Expired
Future Notice Date
Not specified
Award Date
15 Jan 20261 months ago
Contract Period
Not specified - Not specified
Recurrence
Tendering process for renewal of this contract is likely to be approx. 6 to 9 months prior to the expiry of the contract.

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
UNIVERSITY OF EDINBURGH
Contact Name
James Clarke
Contact Email
jclarke5@ed.ac.uk
Contact Phone
Not specified

Buyer Location

Locality
EDINBURGH
Postcode
EH1 1HT
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM13 City of Edinburgh
Delivery Location
TLM75 City of Edinburgh

Local Authority
City of Edinburgh
Electoral Ward
City Centre
Westminster Constituency
Edinburgh East and Musselburgh

Supplier Information

Number of Suppliers
2
Supplier Names

CELSIUS COOLING

LOVAT'S GROUP

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-05054c-2026-01-27T09:44:52Z",
    "date": "2026-01-27T09:44:52Z",
    "ocid": "ocds-h6vhtk-05054c",
    "description": "(SC Ref:821439)",
    "initiationType": "tender",
    "tender": {
        "id": "EC1047",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "EC1047 Air Cooled Chillers and Close Control Units Maintenance & Reactive Work",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "50000000",
            "description": "Repair and maintenance services"
        },
        "mainProcurementCategory": "services",
        "description": "The University of Edinburgh has appointed two suppliers to provide maintenance services and reactive works for Air Cooled Chillers and Close Control Units (CCUs) that are spread throughout the University's Estate. This contract is split into two lots as follows, with one supplier appointed per lot. Lot 1: Air Cooled Chillers; and Lot 2: Close Control Units (CCUs). The initial contract period is for 3 years from 1st February 2026 to 31st January 2029. The University has two options to extend for periods of 1-year each, potentially taking the contract through to 31st January 2031 (3+1+1). The contracts have been awarded following an openly advertised Restricted Procedure (two-stage tender process).",
        "value": {
            "amount": 1250000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 1
        },
        "lots": [
            {
                "id": "1",
                "title": "Air Cooled Chillers",
                "description": "The University of Edinburgh has appointed a single supplier to provide maintenance services and reactive work for Lot 1, comprising Air Cooled Chillers that are spread throughout the University's Estate. The contract has been awarded following an openly advertised Restricted Procedure (two-stage tender process).",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        },
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "value": {
                    "amount": 750000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Initial contract period of 3 years with the option to extend for up to a further 2 years in total (3+1+1)."
                },
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "As detailed within this notice and our SPD documentation."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "status": "cancelled",
                "options": {
                    "description": "The University has two options to extend for periods of 1-year each, potentially taking the contract through to 31st January 2031 if all extensions are applied (3+1+1)."
                }
            },
            {
                "id": "2",
                "title": "Close Control Units (CCUs)",
                "description": "The University of Edinburgh has appointed a single supplier to provide maintenance services and reactive work for Lot 2, comprising Close Control Units (CCUs) that are spread throughout the University's Estate. The contract has been awarded following an openly advertised Restricted Procedure (two-stage tender process).",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        },
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Initial contract period of 3 years with the option to extend for up to a further 2 years in total (3+1+1)."
                },
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "As detailed within this notice and our SPD documentation."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "status": "cancelled",
                "options": {
                    "description": "The University has two options to extend for periods of 1-year each, potentially taking the contract through to 31st January 2031 if all extensions are applied (3+1+1)."
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "42500000",
                        "description": "Cooling and ventilation equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "42500000",
                        "description": "Cooling and ventilation equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "SPD 4A.2 Statement (Applicable to both Lots): The following accreditations will be mandatory for the successful Supplier to currently hold: - All on site staff are accredited under a Health and Safety competence scheme CITB or equivalent. - All engineers working on this contract must hold the relevant F-Gas qualification and only work within the applicable category: - category 1 certificate - carry out all activities - category 2 certificate - install, maintain, service and recover refrigerant from systems containing less than 5 tonnes of CO2 equivalent (CO2e) - category 3 certificate - recover refrigerant from systems that contain less than 3 kg of F gas - category 4 certificate -check equipment for leaks but not breaking into the refrigeration circuit. - Member of B & ES (Building and Engineering Services Association/HVAC) or equivalent. - Member of REFCOM or equivalent. Bidders will need to provide relevant, in date order, certification as part of their SPD response to demonstrate they meet this.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "minimum": "SPD Statement 4B.1.1 Lot 1: Bidders will be required to have a \"general\" yearly turnover threshold value of 1,125,000 GBP for the last three years prior to the date of proposed contract award. Lot 2: Bidders will be required to have a \"general\" yearly turnover threshold value of 750,000 GBP for the last three years prior to the date of proposed contract award. SPD Statement 4B.3 (both Lots) Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were setup/started trading. SPD Statement 4B.5.1 (both Lots) 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 types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 5 million GBP Public Liability Insurance = 10 million GBP Professional Indemnity Insurance = 1 million GBP SPD 4B.6 Statement 1 (both Lots) Where the bidder is providing a submission on behalf of a subsidiary company, upon request, the bidder must obtain a Parent Company Guarantee prior to commencement of any subsequently awarded contract. SPD 4B.6 Statement 2 (both Lots) Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations. Bidders must be able to provide upon request, their 3 most recent sets of annual audited accounts, including profit and loss information, and the following ratios: - Current Ratio - Quick Ratio - Debtors Turnover Ratio - Return on Assets - Working Capital - Debt to Equity Ratio - Gross Profit Ratio A review of your ratios and audited accounts may be undertaken. In some cases, this review may lead to an additional request for further financial information to help clarify any potential issues raised. This information may be used to assess financial sustainability."
                },
                {
                    "type": "technical",
                    "description": "The following selection criteria apply to both Lots. SPD 4C.1.2 - Statement 1 Bidders will be required to provide three examples of projects/contracts carried out during the past three years that demonstrate that you have experience to deliver the works described in the PCS Contract Notice which are similar in value and complexity of estate. Bidder's examples should include but are not limited to the following details in their service provision examples: - Detailed description of the service (including detail of whether the service was planned or reactive); - Value of the contract/service; - Contract period; - Complexity of estate managed; - Description of any reactive / replacement installation service provided; and - Details of multi/complex stakeholder engagement. NOTE: If you are unable to provide any examples, please explain why you cannot provide examples. Weighting: 45% overall (Each example provided is worth 15%). SPD 4C.1.2 - Statement 2 A proven ability to manage the various elements of service delivery of this contract should be evidenced. Based on the examples described in Statement 1, Bidders are required to describe what their practical methods were for managing the following aspects of their contract: - Accuracy of recording of work undertaken; - Quality of finished work presented for inspection by the customer, including management of any sub-contractors' work packages; - Communication with all stakeholders, including customers' staff and all interested third parties; - Management and rectification of any defects identified by the customers' contract management staff. Weighting: 15%. SPD 4C.1.2 - Statement 3 A positive health and safety culture is of paramount importance to the University. Bidders are required to describe in detail how they have pro-actively managed the Health & Safety issues of current and past contracts, with particular emphasis on the safety of employees and all third parties affected by their works. Responses should identify any examples of work within sensitive or hazardous environments, e.g., laboratories, animal houses and areas where asbestos may be present, etc. Weighting: 10%. SPD 4C.4 Statement Bidders are required to provide details of how they manage reporting with other customers including details of any digital portal. Your response should include a flow chart. The flow chart should illustrate the procedure that has been adopted and the personnel/organisation involved together with the role they undertook. Please provide detail of what measures are in place to ensure reporting is completed on time and to a high standard. Weighting: 10%. SPD 4C.6 Statement Bidders are required to demonstrate that they have the relevant qualifications as listed within ref 4A.2, continued professional development and competence within their team to deliver contracts similar in size and complexity to this contract. Your response should include information about how your contract managers are developed and supported in their role. Weighting: 10%. SPD 4C.7 Statement The University is committed to understand, explain and deliver on its ambition to be a leading socially responsible and sustainable University. Bidders are required to provide details of their current environmental management measures with regard to the disposal of waste (including any hazardous materials) and any innovative measures they have employed to reduce / offset their carbon footprint. Weighting: 10%. SPD 4C.10 Statement Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Please also state in detail the principal business activities of your organisation, highlighting the portion which is directly related to the scope of this Contract. Please note should your organisation propose to sub-contract any part of this Contract, then please provide further information on the scope and split which will be applicable to all parties. Not Scored - For Information Only",
                    "minimum": "The following minimum standards apply to both Lots. SPD 4D.1 1st Statement Quality Management and Health and Safety 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). If the bidder does not hold UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), then the bidder must have the following: A documented policy and procedures regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. SPD 4D.1 2nd Statement Quality Management and Health and Safety Procedures. 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. If the bidder does not hold 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 then the bidder have the following: A regularly reviewed and documented policy and procedures for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation. Note - Organisations with fewer than five employees are not required by law to have a documented policy statement. SPD 4D.2 Statement Environmental Management 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. If the Bidder does not hold UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, then the bidder must have the following: Equivalent, regularly reviewed documented policy and procedures regarding environmental management, authorised by the Chief Executive, or equivalent. These must include the following documented processes and arrangements relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above - ensuring effectiveness of measures and reducing impacts, workforce training and skills, checking and reviewing, dealing with waste, and ensuring any suppliers the bidder engages apply appropriate environmental protection measures.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "As detailed within the ITT documentation.",
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-05-19T12:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2025-06-12T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "Tendering process for renewal of this contract is likely to be approx. 6 to 9 months prior to the expiry of the contract."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-2023",
            "name": "University Of Edinburgh",
            "identifier": {
                "legalName": "University Of Edinburgh"
            },
            "address": {
                "streetAddress": "Charles Stewart House, 9-16 Chambers Street",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH1 1HT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "James Clarke",
                "email": "jclarke5@ed.ac.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.ed.ac.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107",
                "classifications": [
                    {
                        "id": "BODY_PUBLIC",
                        "scheme": "TED_CA_TYPE",
                        "description": "Body governed by public law"
                    },
                    {
                        "id": "09",
                        "scheme": "COFOG",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-131026",
            "name": "Edinburgh Sheriff Court & Justice of the Peace Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court & Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Edinburgh Sheriff Court, 27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-107436",
            "name": "Lovat's Group Ltd",
            "identifier": {
                "legalName": "Lovat's Group Ltd"
            },
            "address": {
                "streetAddress": "Muirhead, Mitchelston Ind Est",
                "locality": "Kirkcaldy",
                "region": "UK",
                "postalCode": "KY1 3PB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-172662",
            "name": "Celsius Cooling Ltd",
            "identifier": {
                "legalName": "Celsius Cooling Ltd"
            },
            "address": {
                "streetAddress": "Unit 16, Colvilles Park, Kelvin Industrial Estate",
                "locality": "East Kilbride",
                "region": "UKM82",
                "postalCode": "G75 0GZ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-2023",
        "name": "University Of Edinburgh"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000796523"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000796523"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "006921-2026-1",
            "relatedLots": [
                "1"
            ],
            "title": "Air Cooled Chillers",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-107436",
                    "name": "Lovat's Group Ltd"
                }
            ]
        },
        {
            "id": "006921-2026-2",
            "relatedLots": [
                "2"
            ],
            "title": "Close Control Units (CCUs)",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-172662",
                    "name": "Celsius Cooling Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "006921-2026-1",
            "awardID": "006921-2026-1",
            "title": "Air Cooled Chillers",
            "status": "active",
            "value": {
                "amount": 500000,
                "currency": "GBP"
            },
            "dateSigned": "2026-01-15T00:00:00Z"
        },
        {
            "id": "006921-2026-2",
            "awardID": "006921-2026-2",
            "title": "Close Control Units (CCUs)",
            "status": "active",
            "value": {
                "amount": 750000,
                "currency": "GBP"
            },
            "dateSigned": "2026-01-15T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "2",
                "value": 4
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "2",
                "value": 3
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "2",
                "value": 4
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "2",
                "value": 4
            }
        ]
    }
}