Award

EC0853 The University of Edinburgh Confidential Waste

UNIVERSITY OF EDINBURGH

This public procurement record has 2 releases in its history.

Award

05 May 2020 at 00:00

Tender

15 Apr 2019 at 00:00

Summary of the contracting process

The University of Edinburgh is seeking proposals for the contract titled "EC0853 The University of Edinburgh Confidential Waste", focusing on waste management services for the collection, disposal, and recycling of confidential paper waste. This procurement process falls under the "services" category within the education industry, and the tender stage is currently marked as "complete". The university operates across multiple campuses in Edinburgh, with a population of over 46,000 students and staff spread over numerous locations. This procurement was initiated on 5th May 2020, with no lots established for this project and a total contract value of £250,000, awarded through a selective "Restricted procedure".

This tender presents significant opportunities for waste management businesses, particularly those with capabilities in handling confidential waste and adhering to strict environmental and regulatory standards. Companies that specialise in sustainable waste disposal, recycling, and data protection services would find this contract well-suited to their profiles. Bidders should note that adherence to selection criteria and compliance with social, environmental, and labour obligations is essential to successfully compete for this contract, making it ideal for businesses that demonstrate robust operational practices in these areas.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

EC0853 The University of Edinburgh Confidential Waste

Notice Description

The University of Edinburgh wishes to appoint a Waste Management Contractor to provide collection, disposal and recycling of confidential paper waste. This project will not be divided into lots. We will apply a two-stage Restricted Procedure. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage via PCS-T. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III of this OJEU Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.

Lot Information

Lot 1

The University of Edinburgh wishes to appoint a Waste Management Contractor to provide collection, disposal and recycling of confidential waste (paper and data) for all core buildings across our Estate (across six Campuses). The University has a population of over 36,000 students and 10,000 staff. University activity is spread over approximately 750 buildings in numerous locations covering 800,000 square metres around Edinburgh and beyond. Other major locations include The Kings Buildings, Easter Bush, the Roslin Institute, Edinburgh BioQuarter and the Western General Hospital. Campus maps are available online at http://www.ed.ac.uk/maps/. This contract requires successful bidders to provide the following services: -The provision of receptacles where required e.g. consoles or bins. -The collection, transportation, receipt, treatment, recycling and disposal of waste in a confidential and sustainable manner, in accordance with legislative requirements. -Monthly and on-demand reporting of waste arisings data and disposal routes. This service would involving collection, disposal and recycling of approximately 120 tonnes per annum (equating to 3,500 bags plus over 100 security consoles) from across The University Estate. Confidential Waste must be collected from across the Estate i.e. in any part of the building, in basements, in locked buildings, or in locations without lift access.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015

Renewal: 3 years with the option to extend for further 2 years (1 year plus 1 year)

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000580728
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386172
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
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90500000 - Refuse and waste related services

90513000 - Non-hazardous refuse and waste treatment and disposal services

Notice Value(s)

Tender Value
£250,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£250,000 £100K-£500K

Notice Dates

Publication Date
5 May 20206 years ago
Submission Deadline
20 May 2019Expired
Future Notice Date
Not specified
Award Date
18 Nov 20196 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
UNIVERSITY OF EDINBURGH
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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
1
Supplier Name

RESTORE DATASHRED

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR351707
    EC0853 The University of Edinburgh Confidential Waste - The University of Edinburgh wishes to appoint a Waste Management Contractor to provide collection, disposal and recycling of confidential paper waste. This project will not be divided into lots. We will apply a two-stage Restricted Procedure. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage via PCS-T. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III of this OJEU Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386172
    EC0853 The University of Edinburgh Confidential Waste - The University of Edinburgh wishes to appoint a Waste Management Contractor to provide collection, disposal and recycling of confidential paper waste. This project will not be divided into lots. We will apply a two-stage Restricted Procedure. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage via PCS-T. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III of this OJEU Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.

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-r6ebe6-0000580728-2020-05-05T00:00:00Z",
    "date": "2020-05-05T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000580728",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-4",
            "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"
            },
            "contactPoint": {
                "email": "Gordon.Whittaker@ed.ac.uk",
                "telephone": "+44 1316502759",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Higher Education",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    }
                ],
                "url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
            }
        },
        {
            "id": "org-89",
            "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"
            },
            "contactPoint": {
                "email": "katie.bisset@ed.ac.uk",
                "telephone": "+44 1316502508",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
            }
        },
        {
            "id": "org-227",
            "name": "Restore Datashred Limited",
            "identifier": {
                "legalName": "Restore Datashred Limited"
            },
            "address": {
                "streetAddress": "Unit Q1, Queen Elizabeth Distribution Centre",
                "locality": "Purfleet",
                "region": "UK",
                "postalCode": "RM19 1NA"
            },
            "contactPoint": {
                "telephone": "+44 8003764422"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://www.restore.co.uk/datashred"
            }
        },
        {
            "id": "org-228",
            "name": "Edinburgh Sherif Court",
            "identifier": {
                "legalName": "Edinburgh Sherif Court"
            },
            "address": {
                "streetAddress": "Sherif Court HOuse, 27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB"
            },
            "contactPoint": {
                "telephone": "+44 1312252525",
                "url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "University Of Edinburgh",
        "id": "org-89"
    },
    "tender": {
        "id": "EC0853",
        "title": "EC0853 The University of Edinburgh Confidential Waste",
        "description": "The University of Edinburgh wishes to appoint a Waste Management Contractor to provide collection, disposal and recycling of confidential paper waste. This project will not be divided into lots. We will apply a two-stage Restricted Procedure. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage via PCS-T. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III of this OJEU Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "90500000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 250000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-05-20T12:00:00Z"
        },
        "documents": [
            {
                "id": "APR351707",
                "documentType": "contractNotice",
                "title": "EC0853 The University of Edinburgh Confidential Waste",
                "description": "The University of Edinburgh wishes to appoint a Waste Management Contractor to provide collection, disposal and recycling of confidential paper waste. This project will not be divided into lots. We will apply a two-stage Restricted Procedure. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage via PCS-T. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III of this OJEU Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR351707",
                "format": "text/html"
            },
            {
                "id": "MAY386172",
                "documentType": "awardNotice",
                "title": "EC0853 The University of Edinburgh Confidential Waste",
                "description": "The University of Edinburgh wishes to appoint a Waste Management Contractor to provide collection, disposal and recycling of confidential paper waste. This project will not be divided into lots. We will apply a two-stage Restricted Procedure. Bidders must self-certify adherence to selection and exclusion criteria via the ESPD (Scotland) on PCS-T. Suppliers may be required to submit Means of Proof at a later stage via PCS-T. When completing the ESPD, bidders must have regard for the specific selection requirements detailed in Sections III of this OJEU Notice. Following assessment of submitted ESPDs, we will receive tenders from shortlisted bidders.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386172",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The University of Edinburgh wishes to appoint a Waste Management Contractor to provide collection, disposal and recycling of confidential waste (paper and data) for all core buildings across our Estate (across six Campuses). The University has a population of over 36,000 students and 10,000 staff. University activity is spread over approximately 750 buildings in numerous locations covering 800,000 square metres around Edinburgh and beyond. Other major locations include The Kings Buildings, Easter Bush, the Roslin Institute, Edinburgh BioQuarter and the Western General Hospital. Campus maps are available online at http://www.ed.ac.uk/maps/. This contract requires successful bidders to provide the following services: -The provision of receptacles where required e.g. consoles or bins. -The collection, transportation, receipt, treatment, recycling and disposal of waste in a confidential and sustainable manner, in accordance with legislative requirements. -Monthly and on-demand reporting of waste arisings data and disposal routes. This service would involving collection, disposal and recycling of approximately 120 tonnes per annum (equating to 3,500 bags plus over 100 security consoles) from across The University Estate. Confidential Waste must be collected from across the Estate i.e. in any part of the building, in basements, in locked buildings, or in locations without lift access.. Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 6,
                    "maximumCandidates": 6
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "3 years with the option to extend for further 2 years (1 year plus 1 year)"
                }
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "As detailed within ITT package"
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "invitationDate": "2019-06-03T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "ESPD 4B.1.1 Statement Bidders will be required to have a minimum \"general\" yearly turnover of 500,000 GBP for the last 3 years. ESPD 4B.3 Statement 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. ESPD 4B.5.1 and 4B.5.2 Statement 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 = 10milion GBP Public Liability Insurance = 1million GBP Professional Indemnity Insurance = 1million GBP http://www.hse.gov.uk/pubns/hse40.pdf ESPD 4B.6 Statements Bidders 4B.6 Statement 1: 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. 4B.6 Statement 2: 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": "ESPD 4C.1.2 Statement Bidders are required to provide three examples of services carried-out during the past three years that demonstrate their experience to deliver the services as described in part II.2.4 of the OJEU Contract Notice which are similar in value and nature. Weighting 45 percent - 15 percent per example. ESPD 4C.2 Statement Bidders are required to demonstrate that they have the relevant qualifications, continued professional development and competence within their team to deliver contracts similar in size and nature to this contract. Your response should include details pertaining to the requirements for all key roles. Weighting 10 percent ESPD 4C.3 Statement Please provide an example Service Level Agreement (SLA) which your organisation commits to with other customers which includes the following as a minimum (this list is not exhaustive); response times to breakdowns, customer satisfaction, handling of complaints, financial management. Please describe how you ensure you meet those levels through training, recruitment, communication etc. Bidders will be evaluated on the practices they have in place to ensure they meet the SLA example provided. Weighting 10 percent ESPD 4C.4 Statement Bidders are required to provide details of how they manage reporting with other customers including details of monitoring the work through KPIs. Your response should include a flow chart highlighting the adopted procedure. Please provide detail of what measures are in place to ensure reporting is completed on time and to a high standard. Weighting 10 percent ESPD 4C.7 Statement Bidders are required to provide details of their current environmental management measures with regards to the disposal of waste including any hazardous materials, when performing a contract. weighting 10 percent ESPD 4C.7 Statement 2 Bidders are required to provide details of their current environmental management measures with regards to reducing their carbon impact. Weighting 5 percent ESPD 4C.9 Statement Bidders are required to provide details of how they manage reporting with other customers including details of any electronic systems. Your response should include a reporting tree. Please provide details of what measures are in place to ensure reporting is completed on time and to a high standard. For information only.",
                    "minimum": "ESPD 4D.1 Statements 4D.1 Statement 1: Quality Management The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), 4D.1 Statement 2: Health & Safety 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. ESPD 4D.1.1 Statements 4D.1.1 Statement 1: If the bidder does not hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), The bidder must have the following: Equivalent, documented policy and procedures regarding quality management, endorsed by the Chief Executive Officer, or equivalent. These must include the following documented items relevant to the nature and scale of the work to be carried out, which are equivalent to the standards listed above -- a policy with set responsibilities, review and improvement procedures, quality management and performance process, workforce training, skills and information process, monitoring arrangements, bidder quality management arrangements, and a process for managing complaints. 4D.1.1 Statement 2: If the bidder does not 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, then the bidder must have the following: Equivalent, regularly reviewed and documented policy and procedures for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, 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 H&S effectiveness, obtaining H&S advice and assistance, training, skills and information for bidder workforce, workforce H&S qualifications, checking and reviewing H&S performance, involving workforce in planning and implementation, recording accidents/incidents and follow-up actions, ensuring bidder's suppliers apply H&S appropriate measures, risk assessment, and coordinating with bidder's suppliers. Note - Organisations with fewer than five employees are not required by law to have a documented policy statement. ESPD 4D.2 Statement 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. ESPD 4D.2.1 Statement 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 bidders engages apply appropriate environmental protection measures."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "90513000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "NOTE: Bidders and subcontractors engaged in the delivery of this contract may be excluded if they have not met applicable social, environmental and labour obligations under national, EU, and international law (as indicated in ESPD section 3D). Without prejudice to any relevant obligations, suppliers should note that this includes obligations for certain organisations under: -the Modern Slavery Act 2015 (available at http://www.legislation.gov.uk/ukpga/2015/30/contents/enacted), -the ILO conventions and other measures listed in Annex X of Directive 2014/24/EU (available at http://eur-lex.europa.eu/legal-content/EN/TXT/HTML/?uri=CELEX:32014L0024&from=EN) - the Equality Act 2010, in regards to the protected characteristics of age, disability, gender reassignment, marriage and civil partnership, pregnancy and maternity, race, religion or belief, sex and sexual orientation (available at https://www.legislation.gov.uk/ukpga/2010/15/contents) -the Employment Relations Act 1999 (Blacklists) Regulations 2010 (http://www.legislation.gov.uk/uksi/2010/493/contents/made) - this is grounds for mandatory exclusion or termination at any procurement or contract stage At any stage, bidders and/or relevant subcontractors may be required to provide statements and means of proof demonstrating their compliance with these obligations or the reliability of their self-cleansing measures, including the annual statement as provided for by section 54 of the Modern Slavery Act for organisations with a turnover of 36,000,000 GBP or over. (SC Ref:620858)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000580728"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000580728"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "EC0853-1",
            "suppliers": [
                {
                    "id": "org-227",
                    "name": "Restore Datashred Limited"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "EC0853-1",
            "awardID": "EC0853-1",
            "status": "active",
            "value": {
                "amount": 250000,
                "currency": "GBP"
            },
            "dateSigned": "2019-11-18T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 076-181172"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "499",
                "measure": "bids",
                "value": 7,
                "relatedLot": "1"
            },
            {
                "id": "500",
                "measure": "smeBids",
                "value": 7,
                "relatedLot": "1"
            },
            {
                "id": "501",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "502",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "503",
                "measure": "electronicBids",
                "value": 7,
                "relatedLot": "1"
            }
        ]
    }
}