Award

Managed Diagnostic and Laboratory Service

LOTHIAN HEALTH BOARD "NHS LOTHIAN"

This public procurement record has 2 releases in its history.

Award

16 Nov 2020 at 00:00

Tender

21 Nov 2018 at 00:00

Summary of the contracting process

The procurement process for the "Managed Diagnostic and Laboratory Service" was initiated by NHS Lothian, based in Edinburgh, UK. This contract, valued at £56 million, focuses on delivering integrated Blood Science laboratory services across various sites within NHS Lothian, NHS Borders, and NHS Fife. The procurement method employed was a selective competitive procedure with negotiation. The contract was awarded on 6th November 2020, and the implementation involves a phased approach to delivering core laboratory services to multiple healthcare facilities.

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

Managed Diagnostic and Laboratory Service

Notice Description

A laboratory solution delivered on a managed services basis for diagnostic and laboratory services at various sites across NHS Lothian, NHS Borders and NHS Fife. The scope of the contract is an integrated Blood Science laboratory managed Services contract ("MSC") providing service management to meet all regulatory requirements, integrated IT firmware, major analysers, reagents and consumables to deliver the majority of the test repertoire for Blood Science (Biochemistry, Haematology (including Haemostasis), Blood Transfusion and Virology Serology Services) (the "Core Services") together with the option of additional services relating to Blood Science, Cellular Pathology & Microbiology.

Lot Information

Lot 1

NHS Lothian has awarded a contract for the provision of integrated Blood Science laboratory managed services to deliver the Core Services for laboratories located at the following sites: 1.NHS Borders, Borders General Hospital, Melrose 2.NHS Fife, Victoria Hospital, Kirkcaldy 3.NHS Lothian, Royal Infirmary of Edinburgh (RIE), Edinburgh 4.NHS Lothian, St John's Hospital, Livingston 5.NHS Lothian, Western General Hospital, Edinburgh The implementation of the Core Services across the above sites will take place on a phased implementation basis. Although the scope of the MSC includes delivery of managed services across multiple health board sites, NHS Lothian is the sole contracting party with the successful economic operator. The scope of the MSC includes the provision of optional laboratory testing services relating to Blood Science, Cellular Pathology & Microbiology services across some or all of the sites. The successful economic operator is responsible for the provision, implementation, calibration, commissioning and maintenance of all equipment necessary to deliver the MSC and for provision of all consumables used in connection therewith. The successful economic operator is solely responsible for effecting any sub-contracting or collaborative arrangements required with other suppliers to allow the successful economic operator to meet this commitment. Requirements of the managed service solution and contract includes: - to employ pre & post automated processes and common analytical platforms to maximise patient sample processing uptime; - capacity to deliver the test repertoire included in the specification, meet the clinical turnaround time and methodology requirement; - to provide integrated management of the clinical service for core Blood Science work via common sample input and single station result validation station; and - to provide integrated middleware (data manager) that complies with the Boards eHealth Security regulations and facilitates single system working (common SOP's, book anywhere - do anywhere, ability to monitor IQC across all sites & disciplines, ability to monitor analyser functionality across all sites & disciplines, control all core Blood Science analysers) and supports cross-site contingency protocols.

Options: The contract details the optional laboratory testing services which NHS Lothian shall be entitled to instruct over the term of the MSC and details the basis upon which these services may be purchased by NHS Lothian.

Renewal: Extension of the term of the contract up to a maximum of 24 months will be at the discretion of NHS Lothian.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000559727
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV399992
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71900000 - Laboratory services

Notice Value(s)

Tender Value
£50,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£56,000,000 £10M-£100M

Notice Dates

Publication Date
16 Nov 20205 years ago
Submission Deadline
9 Jan 2019Expired
Future Notice Date
Not specified
Award Date
6 Nov 20205 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
LOTHIAN HEALTH BOARD "NHS LOTHIAN"
Contact Name
Not specified
Contact Email
adrian.teather@nhslothian.scot.nhs.uk
Contact Phone
+44 1314657637, +44 7966149337

Buyer Location

Locality
EDINBURGH
Postcode
EH1 3EG
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
TLM7 Eastern Scotland

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

Supplier Information

Number of Suppliers
1
Supplier Name

ROCHE DIAGNOSTICS

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV338044
    Managed Diagnostic and Laboratory Service - NHS Lothian seeks laboratory solutions delivered on a managed services basis for diagnostic and laboratory services at various sites across NHS Lothian, NHS Borders and NHS Fife. The scope of the contract is an integrated Blood Science laboratory managed Services contract ("MSC") providing service management to meet all regulatory requirements, integrated IT firmware, major analysers, reagents and consumables to deliver the majority of the test repertoire for Blood Science (Biochemistry, Haematology (including Haemostasis), Blood Transfusion and Virology Serology Services) (the "Core Services") together with the option of additional services relating to Blood Science, Cellular Pathology & Microbiology.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV399992
    Managed Diagnostic and Laboratory Service - A laboratory solution delivered on a managed services basis for diagnostic and laboratory services at various sites across NHS Lothian, NHS Borders and NHS Fife. The scope of the contract is an integrated Blood Science laboratory managed Services contract ("MSC") providing service management to meet all regulatory requirements, integrated IT firmware, major analysers, reagents and consumables to deliver the majority of the test repertoire for Blood Science (Biochemistry, Haematology (including Haemostasis), Blood Transfusion and Virology Serology Services) (the "Core Services") together with the option of additional services relating to Blood Science, Cellular Pathology & Microbiology.

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-r6ebe6-0000559727-2020-11-16T00:00:00Z",
    "date": "2020-11-16T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000559727",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-30",
            "name": "Lothian Health Board \"NHS Lothian\"",
            "identifier": {
                "legalName": "Lothian Health Board \"NHS Lothian\""
            },
            "address": {
                "streetAddress": "Procurement Headquarters, Lothian Health Board Waverley Gate 2-4 Waterloo Place",
                "locality": "Edinburgh",
                "region": "UKM7",
                "postalCode": "EH1 3EG"
            },
            "contactPoint": {
                "email": "adrian.teather@nhslothian.scot.nhs.uk",
                "telephone": "+44 1314657637",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "07",
                        "description": "Health",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.nhslothian.scot.nhs.uk/"
            }
        },
        {
            "id": "org-31",
            "name": "NHS Lothian Board \"NHS Lothian\"",
            "identifier": {
                "legalName": "NHS Lothian Board \"NHS Lothian\""
            },
            "address": {
                "streetAddress": "Procurement Headquarters, Lothian Health Board Waverley Gate 2-4 Waterloo Place",
                "locality": "Edinburgh",
                "postalCode": "EH1 3EG"
            },
            "contactPoint": {
                "telephone": "+44 1314657696",
                "url": "http://www.nhslothian.scot.nhs.uk/"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-140",
            "name": "Lothian Health Board \"NHS Lothian\"",
            "identifier": {
                "legalName": "Lothian Health Board \"NHS Lothian\""
            },
            "address": {
                "streetAddress": "Procurement Headquarters, Lothian Health Board Waverley Gate 2-4 Waterloo Place",
                "locality": "Edinburgh",
                "region": "UKM7",
                "postalCode": "EH1 3EG"
            },
            "contactPoint": {
                "email": "adrian.teather@nhslothian.scot.nhs.uk",
                "telephone": "+44 7966149337",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "07",
                        "description": "Health",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.nhslothian.scot.nhs.uk/"
            }
        },
        {
            "id": "org-141",
            "name": "Roche Diagnostics Ltd",
            "identifier": {
                "legalName": "Roche Diagnostics Ltd"
            },
            "address": {
                "streetAddress": "Charles Avenue",
                "locality": "Burgess Hill",
                "region": "UK",
                "postalCode": "RH15 9RY"
            },
            "contactPoint": {
                "telephone": "+44 1444256991"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-104",
            "name": "Edinburgh Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB"
            },
            "contactPoint": {
                "url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
            },
            "roles": [
                "reviewBody",
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "name": "Lothian Health Board \"NHS Lothian\"",
        "id": "org-140"
    },
    "tender": {
        "id": "ES005-18",
        "title": "Managed Diagnostic and Laboratory Service",
        "description": "A laboratory solution delivered on a managed services basis for diagnostic and laboratory services at various sites across NHS Lothian, NHS Borders and NHS Fife. The scope of the contract is an integrated Blood Science laboratory managed Services contract (\"MSC\") providing service management to meet all regulatory requirements, integrated IT firmware, major analysers, reagents and consumables to deliver the majority of the test repertoire for Blood Science (Biochemistry, Haematology (including Haemostasis), Blood Transfusion and Virology Serology Services) (the \"Core Services\") together with the option of additional services relating to Blood Science, Cellular Pathology & Microbiology.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "71900000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "East of Scotland"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM7"
                    },
                    {
                        "region": "UKM7"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 50000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2019-01-09T12:00:00Z"
        },
        "documents": [
            {
                "id": "NOV338044",
                "documentType": "contractNotice",
                "title": "Managed Diagnostic and Laboratory Service",
                "description": "NHS Lothian seeks laboratory solutions delivered on a managed services basis for diagnostic and laboratory services at various sites across NHS Lothian, NHS Borders and NHS Fife. The scope of the contract is an integrated Blood Science laboratory managed Services contract (\"MSC\") providing service management to meet all regulatory requirements, integrated IT firmware, major analysers, reagents and consumables to deliver the majority of the test repertoire for Blood Science (Biochemistry, Haematology (including Haemostasis), Blood Transfusion and Virology Serology Services) (the \"Core Services\") together with the option of additional services relating to Blood Science, Cellular Pathology & Microbiology.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV338044",
                "format": "text/html"
            },
            {
                "id": "NOV399992",
                "documentType": "awardNotice",
                "title": "Managed Diagnostic and Laboratory Service",
                "description": "A laboratory solution delivered on a managed services basis for diagnostic and laboratory services at various sites across NHS Lothian, NHS Borders and NHS Fife. The scope of the contract is an integrated Blood Science laboratory managed Services contract (\"MSC\") providing service management to meet all regulatory requirements, integrated IT firmware, major analysers, reagents and consumables to deliver the majority of the test repertoire for Blood Science (Biochemistry, Haematology (including Haemostasis), Blood Transfusion and Virology Serology Services) (the \"Core Services\") together with the option of additional services relating to Blood Science, Cellular Pathology & Microbiology.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV399992",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "NHS Lothian has awarded a contract for the provision of integrated Blood Science laboratory managed services to deliver the Core Services for laboratories located at the following sites: 1.NHS Borders, Borders General Hospital, Melrose 2.NHS Fife, Victoria Hospital, Kirkcaldy 3.NHS Lothian, Royal Infirmary of Edinburgh (RIE), Edinburgh 4.NHS Lothian, St John's Hospital, Livingston 5.NHS Lothian, Western General Hospital, Edinburgh The implementation of the Core Services across the above sites will take place on a phased implementation basis. Although the scope of the MSC includes delivery of managed services across multiple health board sites, NHS Lothian is the sole contracting party with the successful economic operator. The scope of the MSC includes the provision of optional laboratory testing services relating to Blood Science, Cellular Pathology & Microbiology services across some or all of the sites. The successful economic operator is responsible for the provision, implementation, calibration, commissioning and maintenance of all equipment necessary to deliver the MSC and for provision of all consumables used in connection therewith. The successful economic operator is solely responsible for effecting any sub-contracting or collaborative arrangements required with other suppliers to allow the successful economic operator to meet this commitment. Requirements of the managed service solution and contract includes: - to employ pre & post automated processes and common analytical platforms to maximise patient sample processing uptime; - capacity to deliver the test repertoire included in the specification, meet the clinical turnaround time and methodology requirement; - to provide integrated management of the clinical service for core Blood Science work via common sample input and single station result validation station; and - to provide integrated middleware (data manager) that complies with the Boards eHealth Security regulations and facilitates single system working (common SOP's, book anywhere - do anywhere, ability to monitor IQC across all sites & disciplines, ability to monitor analyser functionality across all sites & disciplines, control all core Blood Science analysers) and supports cross-site contingency protocols.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "options": {
                    "description": "The contract details the optional laboratory testing services which NHS Lothian shall be entitled to instruct over the term of the MSC and details the basis upon which these services may be purchased by NHS Lothian."
                },
                "hasOptions": true,
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "NHS Lothian shall determine eligibility and assess economic, financial and technical ability of economic operators in relation to the specific requirements detailed in Sections III.1.1, III.1.2 and III.1.3 of this Contract Notice. Economic operators must pass the minimum standards sections of the ESPD (Scotland). Part III and Sections A, B and D of Part IV of the ESPD (Scotland) will be scored on a pass/fail basis and Section C of Part IV of the ESPD (Scotland) will be scored in the following way: 0 - Unacceptable, nil or inadequate response determined by no response or no information provided in response to the question where there is a requirement to provide a response or information and/or a response which demonstrates a significant misunderstanding of the question and/or a response which demonstrates no relevant experience in terms of scale, complexity, scope and match to criterion and/or a response which does not demonstrate capacity and capability (in terms of resources and appropriately qualified and experienced personnel) 1 - Poor as determined by a response which provides minimum information in response to the question and/or a response which demonstrates minimum relevant experience in terms of scale, complexity, scope and/or a response which fails to satisfactorily answer the question and/or a response which demonstrates limited capacity and capability (in terms of resources and appropriately qualified and experienced personnel) to deliver the contract 2 - Acceptable as determined by a response which is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 3 - Good as determined by a response which provides the majority but not all of the information requested and/or reasonable evidence of relevant experience in terms of scale, complexity, scope; and/or a response which demonstrates reasonably adequate capacity and capability (in terms of resources and appropriately qualified and experienced personnel) 4 - Excellent as determined by a comprehensive response which addresses all aspects of the question and provides all information and requested evidence and a comprehensive response which demonstrates relevant experience in terms of scale, complexity, scope and good relevant capacity and capability. Response is completely relevant and excellent overall. The response is comprehensive and unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar customers. The responses to the questions of Section III.1.3 of this Contract Notice will be weighted the following way. Please see ESPD (Scotland) Question 4C.1: 40%, 4C.2: 40% and 4C.4: 20% Economic operators will require a minimum of 2 for each scored question."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Extension of the term of the contract up to a maximum of 24 months will be at the discretion of NHS Lothian."
                }
            }
        ],
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "successiveReduction": true,
            "invitationDate": "2019-01-25T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "If required by the member state, Economic Operators are required to be enrolled in the relevant professional or trade registers within the country in which they are established."
                },
                {
                    "type": "economic",
                    "description": "This section refers to Section B of Part IV of the ESPD (Scotland) and covers questions 4B.1.1 - 4B.6 of the ESPD (Scotland): 4B.1.2 Economic operators will be required to have an average yearly turnover of a minimum of 20 million GBP for the last 3 years. 4B.2.2 Economic operators will be required to have an average yearly turnover of a minimum of 10 million GBP in the business area covered by the contract for the last 3 years. 4B.4 Economic operators will be required to provide the following financial ratios for the same 3 year period as 4B.1.2: - Current Ratio (>1 expected) - Quick Ratio (>1 expected) - Return on Capital Employed (positive figure returned) - Gross Profit Ratio (for information only) These ratios are requested for information only and will be used to compare finances across the sector as well as to assess the economic operators' financial strength and security. In some cases this review may lead to an additional request for further financial information to help clarify any potential issues raised. Notwithstanding that economic operators may meet the minimum standards for Economic and financial Standing detailed above, in the event NHS Lothian remains concerned in relation to any economic operator's Economic and financial Standing NHS Lothian shall be entitled to require that such economic operators(should they be successful) provide a Parent Company Guarantee in terms prescribed by NHS Lothian. Where a Parent Company Guarantee is required by NHS Lothian, it shall advise economic operators accordingly and provision of the same shall be a condition of any subsequent award of contract made by NHS Lothian. 4B.5.1 It is a requirement of this contract that economic operators 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 10 million GBP Product Liability Insurance 10 million GBP For further guidance on Employers (Compulsory) Liability Insurance see http://www.hse.gov.uk/pubns/hse40.pdf"
                },
                {
                    "type": "technical",
                    "description": "4C.1.2 Economic operators will be required to provide three examples of similar services carried out during the past three years that demonstrate experience to deliver the services described in the Section II.2.4 of this Contract Notice which are similar in size, value and complexity. Economic operator's examples should include but are not limited to the following details in their service provision examples: - Detailed description of the services delivered; - Contract value - Contract period - Complexity of the managed services contract - Contact details of a reference (this may be used for information purposes only) 4C.2 Economic operators are required to provide details of the technicians or technical bodies the economic operator can call upon, especially those responsible for quality control, and demonstrate that they have sufficient service engineers, technical support, IT and contract managers to oversee and maintain quality standards and KPIs to perform the contract as described in Section II.2.4 of this contract notice. 4C.4 Economic operators are required to provide examples of the supply chain management and supplies tracking systems likely to be utilised in the supply of the services, e.g. with 3rd party supplier, stock/IT systems utilised, logistics arrangements, and average lead times, used by them to deliver the types of requirements detailed in Section II.2.4 of this Contract Notice."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 300
            }
        },
        "classification": {
            "id": "71900000",
            "scheme": "CPV"
        },
        "reviewDetails": "The bringing of court proceedings against NHS Lothian will not affect the contract unless grounds for the imposition of special penalties under the Public Contracts (Scotland) Regulations 2015 can be established. Otherwise the remedies that may be awarded by the courts where the contract has been entered into are limited to the award of damages. Economic operators are entitled to write to NHS Lothian after receipt of the notification should they require further clarification. NHS Lothian will respond within 15 days of such a written request. Where an economic operator is dissatisfied with NHS Lothian's response to its request for clarification, or considers that the contract has been concluded in breach of The Public Contracts (Scotland) Regulations 2015 such economic operator is advised to promptly seek independent legal advice.",
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "(SC Ref:635612)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000559727"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000559727"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "ES005-18-1",
            "suppliers": [
                {
                    "id": "org-141",
                    "name": "Roche Diagnostics Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "ES005-18-1",
            "awardID": "ES005-18-1",
            "status": "active",
            "value": {
                "amount": 56000000,
                "currency": "GBP"
            },
            "dateSigned": "2020-11-06T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 227-519563"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "226",
                "measure": "bids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "227",
                "measure": "smeBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "228",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "229",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "230",
                "measure": "electronicBids",
                "value": 4,
                "relatedLot": "1"
            }
        ]
    }
}