Award

Provision of Platform Technology (REISSUE)

NORTH AYRSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

30 Nov 2018 at 00:00

Tender

25 May 2018 at 00:00

Summary of the contracting process

The North Ayrshire Council is overseeing a public procurement process aimed at the "Provision of Platform Technology (REISSUE)" for various systems, including CRM, IT Service Desk, and HR & Payroll, estimated at a total value of £2,200,000. The procurement is currently in the award stage, having been initiated on May 25, 2018, with tenders closing on June 29, 2018. The procurement is classified under the services category and follows an open procedure framework.

This tender presents a strategic growth opportunity for businesses, particularly those specialising in software technology and integrated system solutions. Companies with capabilities in providing comprehensive platform services that can fulfil the diverse needs across customer relationship management, IT service management, and payroll functions are particularly encouraged to participate. Small and medium-sized enterprises (SMEs) and larger firms with relevant experience and turnover levels can potentially benefit from this significant contract by offering innovative solutions aimed at modernising North Ayrshire Council's operations.

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

Provision of Platform Technology (REISSUE)

Notice Description

The council are anticipating that in the coming 2 years there will be a need to replace the following systems: CRM, IT Service Desk and possibly HR & Payroll. As the technology exists to have these systems within a single environment which, in line with the Digital Strategy, would allow a single view of the customer as well as efficiencies in terms of integration and double entry. The Council views this as a strategic opportunity. It is expected that as each solution is built within the same technology, aspects of the platform will be universally available. The Lots Customer, ITSM and HR & Payroll relate to specific functionality which may be provided by the same supplier as the platform or a partner, however it must be native.

Lot Information

Customer Requirements

The council need to replace the following systems: CRM, IT Service Desk and possibly HR & Payroll. As the technology exists to have these systems within a single environment which, in line with the Digital Strategy, would allow a single view of the customer as well as efficiencies in terms of integration and double entry. The Council views this as a strategic opportunity. LOT 1 relates specifically to Customer Requirements.

Options: During the lifetime of the resulting contract other relevant council systems or applications may be considered for migration to the single platform model.

Renewal: The resultant contract will be for a period of 5 years with the option to extend by up to a further 24 months.

ITSM Requirements

The council need to replace the following systems: CRM, IT Service Desk and possibly HR & Payroll. As the technology exists to have these systems within a single environment which, in line with the Digital Strategy, would allow a single view of the customer as well as efficiencies in terms of integration and double entry. The Council views this as a strategic opportunity. LOT 2 relates specifically to ITSM Requirements.

Options: During the lifetime of the resulting contract other relevant council systems or applications may be considered for migration to the single platform model.

Renewal: The resultant contract will be for a period of 5 years with the option to extend by up to a further 24 months.

HR & Payroll Requirements

The council need to replace the following systems: CRM, IT Service Desk and possibly HR & Payroll. As the technology exists to have these systems within a single environment which, in line with the Digital Strategy, would allow a single view of the customer as well as efficiencies in terms of integration and double entry. The Council views this as a strategic opportunity. LOT 3 relates specifically to HR & Payroll requirements.

Options: During the lifetime of the resulting contract other relevant council systems or applications may be considered for migration to the single platform model.

Renewal: The resultant contract will be for a period of 5 years with the option to extend by up to a further 24 months.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000543622
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC338680
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award 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

72 - IT services: consulting, software development, Internet and support


CPV Codes

72416000 - Application service providers

Notice Value(s)

Tender Value
£2,200,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£2,208,170 £1M-£10M

Notice Dates

Publication Date
30 Nov 20187 years ago
Submission Deadline
29 Jun 2018Expired
Future Notice Date
Not specified
Award Date
9 Aug 20187 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NORTH AYRSHIRE COUNCIL
Contact Name
Corporate Procureent
Contact Email
procurement@north-ayrshire.gov.uk
Contact Phone
+44 1294310000, +44 1294324730

Buyer Location

Locality
IRVINE
Postcode
KA12 8EE
Post Town
Kilmarnock
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM9 Southern Scotland
Small Region (ITL 3)
TLM93 North Ayrshire and East Ayrshire
Delivery Location
TLM93 North Ayrshire and East Ayrshire

Local Authority
North Ayrshire
Electoral Ward
Irvine South
Westminster Constituency
Central Ayrshire

Supplier Information

Number of Suppliers
3
Supplier Names

SALESFORCE

SAMANAGE EUROPE

XCD HR

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY320157
    Provision of Platform Technology (REISSUE) - The council are anticipating that in the coming 2 years there will be a need to replace the following systems: CRM, IT Service Desk and possibly HR & Payroll. As the technology exists to have these systems within a single environment which, in line with the Digital Strategy, would allow a single view of the customer as well as efficiencies in terms of integration and double entry. The Council views this as a strategic opportunity. It is expected that as each solution is built within the same technology, aspects of the platform will be universally available. The Lots Customer, ITSM and HR & Payroll relate to specific functionality which may be provided by the same supplier as the platform or a partner, however it must be native.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC338680
    Provision of Platform Technology (REISSUE) - The council are anticipating that in the coming 2 years there will be a need to replace the following systems: CRM, IT Service Desk and possibly HR & Payroll. As the technology exists to have these systems within a single environment which, in line with the Digital Strategy, would allow a single view of the customer as well as efficiencies in terms of integration and double entry. The Council views this as a strategic opportunity. It is expected that as each solution is built within the same technology, aspects of the platform will be universally available. The Lots Customer, ITSM and HR & Payroll relate to specific functionality which may be provided by the same supplier as the platform or a partner, however it must be native.

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-r6ebe6-0000543622-2018-11-30T00:00:00Z",
    "date": "2018-11-30T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000543622",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-11",
            "name": "North Ayrshire Council",
            "identifier": {
                "legalName": "North Ayrshire Council"
            },
            "address": {
                "streetAddress": "Cunninghame House, Friars Croft",
                "locality": "Irvine",
                "region": "UKM93",
                "postalCode": "KA12 8EE"
            },
            "contactPoint": {
                "name": "Corporate Procureent",
                "email": "procurement@north-ayrshire.gov.uk",
                "telephone": "+44 1294324730",
                "faxNumber": "+44 1294324054",
                "url": "https://www.publictendersscotland.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.north-ayrshire.gov.uk"
            }
        },
        {
            "id": "org-238",
            "name": "North Ayrshire Council",
            "identifier": {
                "legalName": "North Ayrshire Council"
            },
            "address": {
                "streetAddress": "Cunninghame House, Friars Croft",
                "locality": "Irvine",
                "region": "UKM93",
                "postalCode": "KA12 8EE"
            },
            "contactPoint": {
                "email": "procurement@North-Ayrshire.gov.uk",
                "telephone": "+44 1294310000",
                "faxNumber": "+44 1294324054"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ]
            }
        },
        {
            "id": "org-388",
            "name": "Salesforce",
            "identifier": {
                "legalName": "Salesforce"
            },
            "address": {
                "streetAddress": "Heron Tower, 110 Bishopgate",
                "locality": "London",
                "region": "UK",
                "postalCode": "EC2N 4AY"
            },
            "contactPoint": {
                "telephone": "+44 7932050249"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-389",
            "name": "Samanage Europe B.V.",
            "identifier": {
                "legalName": "Samanage Europe B.V."
            },
            "address": {
                "streetAddress": "Westblaak 180",
                "locality": "Rotterdam",
                "region": "NL",
                "postalCode": "3012KN"
            },
            "contactPoint": {
                "telephone": "+31 108080340"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-390",
            "name": "XCD HR Ltd",
            "identifier": {
                "legalName": "XCD HR Ltd"
            },
            "address": {
                "streetAddress": "29 St Augustine's Parade",
                "locality": "Bristol",
                "region": "UK",
                "postalCode": "BS1 4UL"
            },
            "contactPoint": {
                "telephone": "+44 7534892085"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "North Ayrshire Council",
        "id": "org-238"
    },
    "tender": {
        "id": "NAC/1091(V2)",
        "title": "Provision of Platform Technology (REISSUE)",
        "description": "The council are anticipating that in the coming 2 years there will be a need to replace the following systems: CRM, IT Service Desk and possibly HR & Payroll. As the technology exists to have these systems within a single environment which, in line with the Digital Strategy, would allow a single view of the customer as well as efficiencies in terms of integration and double entry. The Council views this as a strategic opportunity. It is expected that as each solution is built within the same technology, aspects of the platform will be universally available. The Lots Customer, ITSM and HR & Payroll relate to specific functionality which may be provided by the same supplier as the platform or a partner, however it must be native.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "72416000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "North Ayrshire Council"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM93"
                    },
                    {
                        "region": "UKM93"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "72416000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "North Ayrshire Council"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM93"
                    },
                    {
                        "region": "UKM93"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "id": "72416000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "North Ayrshire Council"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM93"
                    },
                    {
                        "region": "UKM93"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "value": {
            "amount": 2200000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "tenderPeriod": {
            "endDate": "2018-06-29T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-06-29T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAY320157",
                "documentType": "contractNotice",
                "title": "Provision of Platform Technology (REISSUE)",
                "description": "The council are anticipating that in the coming 2 years there will be a need to replace the following systems: CRM, IT Service Desk and possibly HR & Payroll. As the technology exists to have these systems within a single environment which, in line with the Digital Strategy, would allow a single view of the customer as well as efficiencies in terms of integration and double entry. The Council views this as a strategic opportunity. It is expected that as each solution is built within the same technology, aspects of the platform will be universally available. The Lots Customer, ITSM and HR & Payroll relate to specific functionality which may be provided by the same supplier as the platform or a partner, however it must be native.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY320157",
                "format": "text/html"
            },
            {
                "id": "DEC338680",
                "documentType": "awardNotice",
                "title": "Provision of Platform Technology (REISSUE)",
                "description": "The council are anticipating that in the coming 2 years there will be a need to replace the following systems: CRM, IT Service Desk and possibly HR & Payroll. As the technology exists to have these systems within a single environment which, in line with the Digital Strategy, would allow a single view of the customer as well as efficiencies in terms of integration and double entry. The Council views this as a strategic opportunity. It is expected that as each solution is built within the same technology, aspects of the platform will be universally available. The Lots Customer, ITSM and HR & Payroll relate to specific functionality which may be provided by the same supplier as the platform or a partner, however it must be native.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC338680",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "Customer Requirements",
                "description": "The council need to replace the following systems: CRM, IT Service Desk and possibly HR & Payroll. As the technology exists to have these systems within a single environment which, in line with the Digital Strategy, would allow a single view of the customer as well as efficiencies in terms of integration and double entry. The Council views this as a strategic opportunity. LOT 1 relates specifically to Customer Requirements.",
                "status": "complete",
                "options": {
                    "description": "During the lifetime of the resulting contract other relevant council systems or applications may be considered for migration to the single platform model."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The resultant contract will be for a period of 5 years with the option to extend by up to a further 24 months."
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "ITSM Requirements",
                "description": "The council need to replace the following systems: CRM, IT Service Desk and possibly HR & Payroll. As the technology exists to have these systems within a single environment which, in line with the Digital Strategy, would allow a single view of the customer as well as efficiencies in terms of integration and double entry. The Council views this as a strategic opportunity. LOT 2 relates specifically to ITSM Requirements.",
                "status": "complete",
                "options": {
                    "description": "During the lifetime of the resulting contract other relevant council systems or applications may be considered for migration to the single platform model."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The resultant contract will be for a period of 5 years with the option to extend by up to a further 24 months."
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                }
            },
            {
                "id": "3",
                "title": "HR & Payroll Requirements",
                "description": "The council need to replace the following systems: CRM, IT Service Desk and possibly HR & Payroll. As the technology exists to have these systems within a single environment which, in line with the Digital Strategy, would allow a single view of the customer as well as efficiencies in terms of integration and double entry. The Council views this as a strategic opportunity. LOT 3 relates specifically to HR & Payroll requirements.",
                "status": "complete",
                "options": {
                    "description": "During the lifetime of the resulting contract other relevant council systems or applications may be considered for migration to the single platform model."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The resultant contract will be for a period of 5 years with the option to extend by up to a further 24 months."
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647,
            "awardCriteriaDetails": "The Lots relate to specific functionality which may be provided by the same supplier as the platform or a partner, however it must be native. Therefore three lots are required to be completed, via the use of co-bidders. It is expected that bidders have previously agreed their approach to providing a single platform solution."
        },
        "bidOpening": {
            "date": "2018-06-29T12:00:00Z",
            "address": {
                "streetAddress": "North Ayrshire Council"
            }
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. Where it is required within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships."
                },
                {
                    "type": "economic",
                    "description": "Bidders will be required to have a minimum \"general\" yearly turnover of 10M GBP for the last 2 years: Bidders will be required to have a minimum yearly turnover of 5M GBP for the last 2 years in the business area covered by the contract. Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading. 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:",
                    "minimum": "Employer's (Compulsory) Liability Insurance = 10M GBP http://www.hse.gov.uk/pubns/hse40.pdf Public Liability Insurance = 10M GBP Professional Indemnity Insurance = 2M GBP Cyber Insurance = 2M GBP"
                },
                {
                    "type": "technical",
                    "description": "Bidders will be required to provide 2 examples, within the last 3 years that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of this Contract Notice. The experience provided will be for projects of a similar value, size and scope. Unsatisfactory experience will result in a fail and exclusion from the tender process Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. Bidders will be required to demonstrate that they have (or have access to) the appropriate technical facilities, study and research facilities and quality measures to deliver the types of requirements detailed in II.2.4 in this Contract Notice. Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in this Contract Notice. Bidders will be required to confirm that they will allow checks to be conducted on their production and technical capacities and where necessary on the means of study and research facilities available to it and on the quality control measures employed. Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in this Contract Notice. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
                    "minimum": "Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR 2. A quality management policy authorised by their Chief Executive or equivalent. Please see the ESPD Guidance documents in the Instruction to Tenderers document for full details. Environmental Management Standards 1. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, OR 2. An Environmental management policy authorised by their Chief Executive or equivalent Please see the ESPD Guidance within the Instruction to Tenderers document for full details, Health & Safety Procedures 1. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR 2. A Health & Safety policy authorised by their Chief Executive or equivalent, Full details are contained within the ESPD guidance form within the Instructions to tenderers document"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "72416000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "(SC Ref:560552)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000543622"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000543622"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "NAC/1091(V2)-1",
            "title": "Customer Requirements",
            "suppliers": [
                {
                    "id": "org-388",
                    "name": "Salesforce"
                }
            ],
            "relatedLots": [
                "1"
            ]
        },
        {
            "id": "NAC/1091(V2)-2",
            "title": "ITSM Requirements",
            "suppliers": [
                {
                    "id": "org-389",
                    "name": "Samanage Europe B.V."
                }
            ],
            "relatedLots": [
                "2"
            ]
        },
        {
            "id": "NAC/1091(V2)-3",
            "title": "HR & Payroll Requirements",
            "suppliers": [
                {
                    "id": "org-390",
                    "name": "XCD HR Ltd"
                }
            ],
            "relatedLots": [
                "3"
            ]
        }
    ],
    "contracts": [
        {
            "id": "NAC/1091(V2)-1",
            "awardID": "NAC/1091(V2)-1",
            "title": "Customer Requirements",
            "status": "active",
            "value": {
                "amount": 905000,
                "currency": "GBP"
            },
            "dateSigned": "2018-08-09T00:00:00Z"
        },
        {
            "id": "NAC/1091(V2)-2",
            "awardID": "NAC/1091(V2)-2",
            "title": "ITSM Requirements",
            "status": "active",
            "value": {
                "amount": 179700,
                "currency": "GBP"
            },
            "dateSigned": "2018-08-09T00:00:00Z"
        },
        {
            "id": "NAC/1091(V2)-3",
            "awardID": "NAC/1091(V2)-3",
            "title": "HR & Payroll Requirements",
            "status": "active",
            "value": {
                "amount": 1123470,
                "currency": "GBP"
            },
            "dateSigned": "2018-08-09T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 099-226412"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "658",
                "measure": "bids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "659",
                "measure": "bids",
                "value": 1,
                "relatedLot": "2"
            },
            {
                "id": "660",
                "measure": "bids",
                "value": 1,
                "relatedLot": "3"
            }
        ]
    }
}