Notice Information
Notice Title
Framework Agreement C9 Patching of Carriageways and Footways
Notice Description
To undertake patching and reinstatement work in carriageways and footways.
Lot Information
Lot 1
The scope of the Framework Agreement is to employ Contractors to undertake engineering maintenance works in relation to patching and reinstatement of carriageways and footways. Fife Council does not have the in-house capacity to undertake all of the works required to maintain their transportation related assets and are seeking to appoint suitably qualified and experienced Contractors through this Framework Agreement to assist with these works.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Renewal: May take up option for up to 24 month extension.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000519532
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY319110
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45233141 - Road-maintenance works
Notice Value(s)
- Tender Value
- £6,000,000 £1M-£10M
- Lots Value
- £6,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 14 May 20187 years ago
- Submission Deadline
- 29 Jan 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 8 May 20187 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- In 4 years time.
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- FIFE COUNCIL
- Contact Name
- Ian Mackay
- Contact Email
- roadsconstruction.procurement@fife.gov.uk
- Contact Phone
- +44 3451555555-444335
Buyer Location
- Locality
- GLENROTHES
- Postcode
- KY7 6GH
- Post Town
- Kirkcaldy
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM0 Eastern Scotland
- Small Region (ITL 3)
- TLM01 Clackmannanshire and Fife
- Delivery Location
- TLM72 Clackmannanshire and Fife
-
- Local Authority
- Fife
- Electoral Ward
- Glenrothes Central and Thornton
- Westminster Constituency
- Glenrothes and Mid Fife
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC304918&idx=10
18th January 2018 - File 5 C9 Bill of Quantities_VERSION 2. This version is the only permissible BoQ to be submitted. -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC304918&idx=9
18th January 2018 - File 2 C9 Volume Two 2018-20_v2 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC304918&idx=8
11th January 2018 - List of C9 Patching April 2017 to present -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC304918&idx=7
21st December 2017 - Framework Agreement for C9 Patching of Carriageways and Footways ESPD v1.9 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC304918&idx=6
21st December 2017 - File 1 C9 Volume One 2018-2020 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC304918&idx=3
21st December 2017 - File 3 C9 Framework Tender Document- to be completed -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC304918&idx=4
21st December 2017 - File 4 C9 Qualitative Assessment_to be completed -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC304918&idx=5
21st December 2017 - File 5 C9 Bill of Quantities_to be completed -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC304918&idx=1
21st December 2017 - C9 Invitation Letter -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC304918&idx=2
21st December 2017 - File 2 C9 Volume Two 2018-20 -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC304918
Framework Agreement C9 Patching of Carriageways and Footways - To undertake patching and reinstatement work in carriageways and footways. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY319110
Framework Agreement C9 Patching of Carriageways and Footways - To undertake patching and reinstatement work in carriageways and footways.
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-r6ebe6-0000519532-2018-05-14T00:00:00Z",
"date": "2018-05-14T00:00:00Z",
"ocid": "ocds-r6ebe6-0000519532",
"initiationType": "tender",
"parties": [
{
"id": "org-27",
"name": "Fife Council",
"identifier": {
"legalName": "Fife Council"
},
"address": {
"streetAddress": "Bankhead Central, Bankhead Park",
"locality": "Glenrothes",
"region": "UKM72",
"postalCode": "KY7 6GH"
},
"contactPoint": {
"name": "Ian Mackay",
"email": "roadsconstruction.procurement@fife.gov.uk",
"telephone": "+44 3451555555-444335",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.fifedirect.org.uk"
}
},
{
"id": "org-32",
"name": "Fife Council",
"identifier": {
"legalName": "Fife Council"
},
"address": {
"streetAddress": "Bankhead Central, Bankhead Park",
"locality": "Glenrothes",
"region": "UKM72",
"postalCode": "KY7 6GH"
},
"contactPoint": {
"name": "Ian Mackay",
"email": "roadsconstruction.procurement@fife.gov.uk",
"telephone": "+44 3451555555-444335",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody",
"mediationBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.fifedirect.org.uk"
}
}
],
"buyer": {
"name": "Fife Council",
"id": "org-32"
},
"tender": {
"id": "AT9605",
"title": "Framework Agreement C9 Patching of Carriageways and Footways",
"description": "To undertake patching and reinstatement work in carriageways and footways.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45233141",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Various locations within Fife."
},
"deliveryAddresses": [
{
"region": "UKM72"
},
{
"region": "UKM72"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 6000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2018-01-29T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-01-29T12:00:00Z"
},
"documents": [
{
"id": "DEC304918",
"documentType": "contractNotice",
"title": "Framework Agreement C9 Patching of Carriageways and Footways",
"description": "To undertake patching and reinstatement work in carriageways and footways.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC304918",
"format": "text/html"
},
{
"id": "DEC304918-1",
"title": "C9 Invitation Letter",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC304918&idx=1",
"datePublished": "2017-12-21T11:10:14Z",
"dateModified": "2017-12-21T11:10:14Z",
"format": "application/pdf"
},
{
"id": "DEC304918-2",
"title": "File 2 C9 Volume Two 2018-20",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC304918&idx=2",
"datePublished": "2017-12-21T11:10:14Z",
"dateModified": "2017-12-21T11:10:14Z",
"format": "application/pdf"
},
{
"id": "DEC304918-3",
"title": "File 3 C9 Framework Tender Document- to be completed",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC304918&idx=3",
"datePublished": "2017-12-21T11:10:15Z",
"dateModified": "2017-12-21T11:10:15Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "DEC304918-4",
"title": "File 4 C9 Qualitative Assessment_to be completed",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC304918&idx=4",
"datePublished": "2017-12-21T11:10:15Z",
"dateModified": "2017-12-21T11:10:15Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "DEC304918-5",
"title": "File 5 C9 Bill of Quantities_to be completed",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC304918&idx=5",
"datePublished": "2017-12-21T11:10:15Z",
"dateModified": "2017-12-21T11:10:15Z",
"format": "application/vnd.ms-excel.sheet.macroEnabled.12"
},
{
"id": "DEC304918-6",
"title": "File 1 C9 Volume One 2018-2020",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC304918&idx=6",
"datePublished": "2017-12-21T11:10:16Z",
"dateModified": "2017-12-21T11:10:16Z",
"format": "application/pdf"
},
{
"id": "DEC304918-7",
"title": "Framework Agreement for C9 Patching of Carriageways and Footways ESPD v1.9",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC304918&idx=7",
"datePublished": "2017-12-21T11:10:17Z",
"dateModified": "2017-12-21T11:10:17Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "DEC304918-8",
"title": "List of C9 Patching April 2017 to present",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC304918&idx=8",
"datePublished": "2018-01-11T11:40:51Z",
"dateModified": "2018-01-11T11:40:51Z",
"format": "application/pdf"
},
{
"id": "DEC304918-9",
"title": "File 2 C9 Volume Two 2018-20_v2",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC304918&idx=9",
"datePublished": "2018-01-18T16:45:21Z",
"dateModified": "2018-01-18T16:45:21Z",
"format": "application/pdf"
},
{
"id": "DEC304918-10",
"title": "File 5 C9 Bill of Quantities_VERSION 2. This version is the only permissible BoQ to be submitted.",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC304918&idx=10",
"datePublished": "2018-01-18T16:55:08Z",
"dateModified": "2018-01-18T16:55:08Z",
"format": "application/vnd.ms-excel.sheet.macroEnabled.12"
},
{
"id": "MAY319110",
"documentType": "awardNotice",
"title": "Framework Agreement C9 Patching of Carriageways and Footways",
"description": "To undertake patching and reinstatement work in carriageways and footways.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY319110",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The scope of the Framework Agreement is to employ Contractors to undertake engineering maintenance works in relation to patching and reinstatement of carriageways and footways. Fife Council does not have the in-house capacity to undertake all of the works required to maintain their transportation related assets and are seeking to appoint suitably qualified and experienced Contractors through this Framework Agreement to assist with these works.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"status": "complete",
"value": {
"amount": 6000000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "May take up option for up to 24 month extension."
}
}
],
"bidOpening": {
"date": "2018-01-29T12:00:00Z",
"address": {
"streetAddress": "PCS post box."
},
"description": "Ian Mackay"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"performanceTerms": "As specified in additions to the conditions of contract clause Z7 Performance Appraisal."
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "List of Selection Criteria: 4B.4-4B.4.1 The Current Ratio will be applied. Tenderers are to provide their Current Assets and Current Liabilities in relation to their published accounts for the last two years and to divide the current assets by the current liabilities figure. If a company does not have 2 years of published accounts an explanation should be given. Q4B.5.1- Q4B5.3 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 insurances indicated below: Employers Liability - minimum 10m GBP Public Liability - minimum 5m GBP Motor Vehicle - minimum 5m GBP",
"minimum": "4B.4 - Tenderers are expected to achieve a ratio of 1 or more. Where a Tenderer does not meet this requirement further details should be provided to confirm why and the Council may undertake additional financial checks using a tool such as Creditsafe and a qualitative judgement shall be made as to the financial capacity of the tenderer. Fife Council may require a parent company guarantee, a performance guarantee bond, a bank guarantee, and/or an advance payment bond. Q4B.5.1- Q4B5.3 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 insurances indicated below: Employers Liability - minimum 10m GBP Public Liability - minimum 5m GBP Motor Vehicle - minimum 5m GBP"
},
{
"type": "technical",
"description": "Bidders are required to answer the ESPD questions and associated statements as they appear in Appendix B of Volume 1 of the Framework Agreement. Brief descriptions given below are for information only and may not solicit all of the information required to pass the selection process. C. TECHNICAL & PROFESSIONAL ABILITY ESPD Q4C.1-4C.1.1 & modified Statement applies.Bidder to provide details of 2 examples they have carried out in the past 5 years to demonstrate that they have the relevant experience to deliver the requirement of this Framework Agreement as described in part II.2.4 of the OJEU Contract Notice. For each example state:i) The value of the Works. ii) The location of the Works. iii) The duration of the Works and completion date.iv) The scope of the work your organisation provided. v) Client contact details. D: QUALITY ASSURANCE SCHEMES & ENVIRONMENTAL STANDARDS QUALITY MANAGEMENT ESPD Q4D.1 & Standard Statement 1. applies OR ESPD Q4D.1.1-4D.1.2 & Standard Statements 2a 2b 2d & 2e apply.1. Bidder must hold an UKAS or equivalent accredited independent 3rd party certificate of compliance in accordance with BS EN ISO 9001 or equivalent OR 2. Bidder must have the following: a A documented and authorised policy for quality management. b Documented procedures for reviewing and improving quality performance. d Documented arrangements for providing your workforce with quality related training and information for the type of work you are applying for. e Documented arrangements showing that you have a system for monitoring quality management procedures. HEALTH & SAFETY (H&S) ESPD Q4D.1 & Standard Statement 3. applies OR ESPD Q4D.1.1-4D.1.2 & Standard Statements 4a to 4m inclusive apply. 3. Bidder must hold a UKAS or equivalent, accredited independent 3rd 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 forum OR 4a A documented and authorised policy for H&S management. Organisations with less than 5 employees are not required by law to have a documented policy statement. 4b A documented process demonstrating arrangements for ensuring that H&S measures are effective. 4c A documented procedure showing how you obtain access to competent H&S advice and assistance. 4d Documented arrangements for providing your workforce with appropriate training and information. 4e A documented procedure describing what H&S or other relevant qualifications and experience your workforce has to implement the H&S policy to an appropriate standard. 4f Documented arrangements for checking, reviewing your H&S performance. 4g Documented arrangements for involving your workforce in the planning and implementation of H&S measures. 4h Documented procedures for recording accidents/incidents and undertaking follow-up action. 4i Documented arrangements for ensuring that your suppliers apply H&S measures to an appropriate standard. 4j Documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery. Organisations with less than 5 employees are not required by law to record risk assessments. 4k Documented arrangements for cooperating and coordinating your work with suppliers. 4l Documented arrangements for ensuring that on-site welfare provision meet legal requirement. 4m Bidder must meet legal requirements. ENVIRONMENTAL MANAGEMENT ESPD Q4D.2 & Standard Statement 1 applies OR ESPD Q4D.2.1-4D2.2 & Standard Statements 2a and 2f apply. 1. Bidder must hold a UKAS or equivalent accredited independent 3rd party certificate of compliance with BS EN ISO 14001 or equivalent or a valid EMAS or equivalent certificate OR 2. Bidder must have the following: a A regularly reviewed and authorised documented environmental management policy. f Procedures for dealing with waste e.g. waste management plans, waste segregation, recycling.",
"minimum": "C:TECHNICAL & PROFESSIONAL ABILITY Scoring methodology for Question 4C.1 Selection Criteria: pass/fail. For Question 4C.1, The experience and capability of the bidder will be assessed from the 2 examples provided. Where a Tenderer does not meet this requirement details should be provided to demonstrate that they have the necessary capacity and capability to deliver the requirement. In order to ensure that newer or start-up companies have a chance to demonstrate any experience relevant to the current requirement, examples may be provided from: - Within their organisation (bidders may rely on the experience of personnel that they intend to use to carry out the current requirement, even if that experience was gained whilst working for a different organisation) - Other consortium members (where a consortium bid is being proposed) - Named subcontractors upon whose capacity and capability the bidder is relying in order to meet the selection criteria (where subcontractors are being used and their identity is known at the selection stage) Bidders should be aware that they may be asked to confirm at the Invitation to Tender stage that there has been no material change to the skills, experience and resources available to them since submitting their ESPD response D: QUALITY SCHEMES AND ENVIRONMENTAL MANAGEMENT STANDARD Questions scoring methodology for Question 4D.1 OR 4D.1.1 Selection Criteria: pass/fail. With respect to 4D.1, if you answer \"Yes\" to Q.1. of the related statement for Quality Management Procedures and able to produce the required certificate/s you will pass this question. If you are not able to answer yes to Q1. you must answer the un-abbreviated questions 2a, 2b, 2d & 2e for 4D.1.1 from Volume 1 Appendix B of the Tender Documents which will be assessed as a pass/fail. If you as a fail you will be disqualified from the selection process. With respect to 4D.1, if you answer Yes to Q.3. of the related statement for H&S Procedures and produce the required certificate/s you will pass this question. If you are not able to answer yes to 3. you must answer the un-abbreviated questions 4a to 4m inclusive for 4D.1.1 from Volume 1 Appendix B of the Tender Documentation which will be assessed as a pass/fail. If you fail you will be disqualified from the selection process. Scoring methodology for Questions 4D.2 OR 4D2.1 selection Criteria: pass/fail With respect to 4D.2, if you answer \"Yes\" to Q.1. of the related statement for Quality Management Procedures and able to produce the required certificate/s you will pass this question. If you are unable to answer yes to Q1. you must answer the un-abbreviated questions 2a and 2f for 4D.2.1 from Volume 1 Appendix B of the Tender Documentation which will be assessed as a pass/fail. If you fail you will be disqualified from the selection process."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 12
}
},
"classification": {
"id": "45233141",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "In 4 years time."
}
},
"language": "EN",
"description": "Qualitative/Award questions The qualitative/ award questions and their relative weightings are detailed in Volume 1 of the Framework Agreement in Appendix B: Framework Selection and Award Procedure. The questions relate to methodology for NEC3, CDM, minimising risk of damage to underground utilities and for community benefits and workforce matters/ fair working practices. Bidder's answers to the qualitative questions and supporting evidence submitted at tender stage will be assessed against the scoring key below. The Contractors' scores will be aggregated to form a Qualitative Score which will account for 20% of the overall Total Tender Score. Bidder's will be disqualified if they fall below a minimum qualitative score of 50% of the maximum possible Qualitative Score. Qualitative Questions Scoring Key:- 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate ability to meet the requirement. 1 - Poor. Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. 2 - Acceptable. Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas. 3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirement will be fulfilled. 4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how this will be met in full. The Specification for Highway Works (SHW) will apply to all Work Packages issued through this Framework Agreement. Not all of the National Highway Sector Schemes (NHSS) from Appendix A of the SHW will be mandatory. Appendix 0/2 of Volume 2 of the Framework Agreement stipulates the NHSS schemes that are mandatory and those that are not. Those listed as mandatory (or equivalents) will apply to all businesses undertaking any of these services. If your business subcontracts the work, you do not have to be registered but any subcontractor you use must be. The value of the framework is estimated as being between 2m and 6m over the period of four years. This is based on estimated annual spend between 0.5m and 1.5m. (SC Ref:542724)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000519532"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000519532"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "AT9605-1",
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "AT9605-1",
"awardID": "AT9605-1",
"status": "active",
"dateSigned": "2018-05-08T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 245-511216"
}
]
}