Notice Information
Notice Title
Tender for Air Quality Monitoring and Associated Services
Notice Description
Perth and Kinross Council were seeking to appoint suitably qualified and experienced suppliers to carry out a wide range of services relating to air quality including, but not limited to, operation of continuous monitoring sites, monitoring and reporting on our identified Air Quality Management Areas (AQMAs), and modelling to inform decision making.
Lot Information
Air Quality Monitoring
PKC require a supplier to provide and operate continuous monitoring stations and to manage and upload the data output from the monitoring stations to the Air Quality in Scotland website. The monitors are required to be of the type which continuously monitor ambient pollutant concentrations in situ and automatically produce results.
Renewal: The duration of 48 months includes the option to extend for a period of up to 24 months. The initial period is for 24 months.
Air Quality Consultancy - Projects and ReportingPKC are required to report on air quality. This reporting may be in relation to a specific location, problem or intervention or it may be to provide a general overview of local air quality. At this stage it is not possible to accurately detail what reporting and project work will be required as part of this contract. Examples of outputs which PKC may require under this Lot are listed below: - AQAP Reviews - Annual Progress Report - NLEF screening - LEZ/VAR Reporting - Monitoring and reporting on specific local air quality issues
Renewal: The duration of 48 months includes the option to extend for a period of up to 24 months. The initial period is for 24 months.
Air Quality Events and CampaignsPKC are involved with projects promoting improvements in air quality and trying to change behaviours, particularly in relation to how people travel. The supplier will be required to design, plan, organise and run events and campaigns on behalf of PKC.
Renewal: The duration of 48 months includes the option to extend for a period of up to 24 months. The initial period is for 24 months.
Air Quality modellingIn order to assist with decision making with regards air quality, PKC expect to require modelling to be carried out. The modelling will be used to assess the impact of a change/intervention on local air quality. The supplier will be required to design and run the models and provide interpretative reporting on the model outputs, including a commentary on the uncertainties.
Renewal: The duration of 48 months includes the option to extend for a period of up to 24 months. The initial period is for 24 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000585243
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT370583
- 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
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
79952000 - Event services
90731100 - Air quality management
Notice Value(s)
- Tender Value
- £700,000 £500K-£1M
- Lots Value
- £700,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- £325,356 £100K-£500K
Notice Dates
- Publication Date
- 29 Oct 20196 years ago
- Submission Deadline
- 8 Jul 2019Expired
- Future Notice Date
- Not specified
- Award Date
- 9 Oct 20196 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 3 years
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- PERTH & KINROSS COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- PERTH
- Postcode
- PH1 5PH
- Post Town
- Perth
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM0 Eastern Scotland
- Small Region (ITL 3)
- TLM02 Perth and Kinross, and Stirling
- Delivery Location
- TLM77 Perth and Kinross, and Stirling
-
- Local Authority
- Perth and Kinross
- Electoral Ward
- Perth City Centre
- Westminster Constituency
- Perth and Kinross-shire
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN356363
Tender for Air Quality Monitoring and Associated Services - Perth and Kinross Council are seeking to appoint suitably qualified and experienced suppliers to carry out a wide range of services relating to air quality including, but not limited to, operation of continuous monitoring sites, monitoring and reporting on our identified Air Quality Management Areas (AQMAs), and modelling to inform decision making. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT370583
Tender for Air Quality Monitoring and Associated Services - Perth and Kinross Council were seeking to appoint suitably qualified and experienced suppliers to carry out a wide range of services relating to air quality including, but not limited to, operation of continuous monitoring sites, monitoring and reporting on our identified Air Quality Management Areas (AQMAs), and modelling to inform decision making.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000585243-2019-10-29T00:00:00Z",
"date": "2019-10-29T00:00:00Z",
"ocid": "ocds-r6ebe6-0000585243",
"initiationType": "tender",
"parties": [
{
"id": "org-77",
"name": "Perth & Kinross Council",
"identifier": {
"legalName": "Perth & Kinross Council"
},
"address": {
"streetAddress": "2 High Street",
"locality": "Perth",
"region": "UKM77",
"postalCode": "PH1 5PH"
},
"contactPoint": {
"name": "Louise Jardine",
"email": "LJardine@pkc.gov.uk",
"telephone": "+44 1738475000",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "05",
"description": "Environmental protection",
"scheme": "COFOG"
}
],
"url": "http://www.pkc.gov.uk"
}
},
{
"id": "org-6",
"name": "Perth & Kinross Council",
"identifier": {
"legalName": "Perth & Kinross Council"
},
"address": {
"streetAddress": "2 High Street",
"locality": "Perth",
"region": "UKM77",
"postalCode": "PH1 5PH"
},
"contactPoint": {
"name": "Louise Jardine",
"email": "LJardine@pkc.gov.uk",
"telephone": "+44 1738475000",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody",
"reviewContactPoint"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "05",
"description": "Environmental protection",
"scheme": "COFOG"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.pkc.gov.uk"
}
},
{
"id": "org-7",
"name": "Ricardo-AEA Ltd",
"identifier": {
"legalName": "Ricardo-AEA Ltd"
},
"address": {
"streetAddress": "Gemini Building, Harwell, Didcot, Oxon",
"locality": "Oxon",
"region": "UK",
"postalCode": "OX11 0QR"
},
"contactPoint": {
"telephone": "+44 1235753000",
"faxNumber": "+44 8701906318"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-8",
"name": "Sweco UK Limited",
"identifier": {
"legalName": "Sweco UK Limited"
},
"address": {
"streetAddress": "Grove House, Mansion Gate Drive",
"locality": "Leeds",
"region": "UK",
"postalCode": "LS7 4DN"
},
"contactPoint": {
"telephone": "+44 1133073307"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
}
],
"buyer": {
"name": "Perth & Kinross Council",
"id": "org-6"
},
"tender": {
"id": "PKC10155",
"title": "Tender for Air Quality Monitoring and Associated Services",
"description": "Perth and Kinross Council were seeking to appoint suitably qualified and experienced suppliers to carry out a wide range of services relating to air quality including, but not limited to, operation of continuous monitoring sites, monitoring and reporting on our identified Air Quality Management Areas (AQMAs), and modelling to inform decision making.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "90731100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM77"
},
{
"region": "UKM77"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "90731100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM77"
},
{
"region": "UKM77"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "79952000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM77"
},
{
"region": "UKM77"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"id": "90731100",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM77"
},
{
"region": "UKM77"
}
],
"relatedLot": "4"
}
],
"value": {
"amount": 700000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2019-07-08T12:00:00Z"
},
"awardPeriod": {
"startDate": "2019-07-08T12:00:00Z"
},
"documents": [
{
"id": "JUN356363",
"documentType": "contractNotice",
"title": "Tender for Air Quality Monitoring and Associated Services",
"description": "Perth and Kinross Council are seeking to appoint suitably qualified and experienced suppliers to carry out a wide range of services relating to air quality including, but not limited to, operation of continuous monitoring sites, monitoring and reporting on our identified Air Quality Management Areas (AQMAs), and modelling to inform decision making.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN356363",
"format": "text/html"
},
{
"id": "OCT370583",
"documentType": "awardNotice",
"title": "Tender for Air Quality Monitoring and Associated Services",
"description": "Perth and Kinross Council were seeking to appoint suitably qualified and experienced suppliers to carry out a wide range of services relating to air quality including, but not limited to, operation of continuous monitoring sites, monitoring and reporting on our identified Air Quality Management Areas (AQMAs), and modelling to inform decision making.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT370583",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Air Quality Monitoring",
"description": "PKC require a supplier to provide and operate continuous monitoring stations and to manage and upload the data output from the monitoring stations to the Air Quality in Scotland website. The monitors are required to be of the type which continuously monitor ambient pollutant concentrations in situ and automatically produce results.",
"status": "complete",
"value": {
"amount": 375000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The duration of 48 months includes the option to extend for a period of up to 24 months. The initial period is for 24 months."
}
},
{
"id": "2",
"title": "Air Quality Consultancy - Projects and Reporting",
"description": "PKC are required to report on air quality. This reporting may be in relation to a specific location, problem or intervention or it may be to provide a general overview of local air quality. At this stage it is not possible to accurately detail what reporting and project work will be required as part of this contract. Examples of outputs which PKC may require under this Lot are listed below: - AQAP Reviews - Annual Progress Report - NLEF screening - LEZ/VAR Reporting - Monitoring and reporting on specific local air quality issues",
"status": "complete",
"value": {
"amount": 150000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "50"
},
{
"type": "price",
"description": "50"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The duration of 48 months includes the option to extend for a period of up to 24 months. The initial period is for 24 months."
}
},
{
"id": "3",
"title": "Air Quality Events and Campaigns",
"description": "PKC are involved with projects promoting improvements in air quality and trying to change behaviours, particularly in relation to how people travel. The supplier will be required to design, plan, organise and run events and campaigns on behalf of PKC.",
"status": "complete",
"value": {
"amount": 45000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "50"
},
{
"type": "price",
"description": "50"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The duration of 48 months includes the option to extend for a period of up to 24 months. The initial period is for 24 months."
}
},
{
"id": "4",
"title": "Air Quality modelling",
"description": "In order to assist with decision making with regards air quality, PKC expect to require modelling to be carried out. The modelling will be used to assess the impact of a change/intervention on local air quality. The supplier will be required to design and run the models and provide interpretative reporting on the model outputs, including a commentary on the uncertainties.",
"status": "complete",
"value": {
"amount": 130000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "50"
},
{
"type": "price",
"description": "50"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The duration of 48 months includes the option to extend for a period of up to 24 months. The initial period is for 24 months."
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2019-07-08T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "-Current Ratio (Current Assets divided by Current Liabilities) -Net Assets (Net Worth) (value per the Balance Sheet, no calculations required) -Employer's (Compulsory) Liability Insurance = 10,000,000GBP -Public Liability Insurance = 5,000,000GBP -Professional Indemnity Insurance = 2,000,000GBP",
"minimum": "-Current Ratio It is expected that the ratio is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities in each of the 2 years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract. -Net Assets (Net Worth) It is expected that the Net Worth will be positive i.e. a Net Assets position in each of the 2 years. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract. -Employer's (Compulsory) Liability Insurance = 10,000,000GBP -Public Liability Insurance = 5,000,000GBP -Professional Indemnity Insurance = 2,000,000GBP"
},
{
"type": "technical",
"description": "4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the OJEU Contract Notice. Examples should demonstrate that the bidder has experience of delivering the services outlined in the Specification of Requirements. The examples should be relevant to the Lot(s) being bid for; if more than one Lot is being bid for, then more examples may need to be provided to cover the different types of services. 4C.8.1 Bidders will be required to confirm their average annual manpower for the last three years. 4C.8.2 Bidders will be required to confirm the number of their managerial staff for the last three years. 4C.9 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 the OJEU Contract Notice.",
"minimum": "4C.1.2 Examples should demonstrate that the bidder has experience of delivering the services outlined in the Specification of Requirements. The examples should be relevant to the Lot(s) being bid for; if more than one Lot is being bid for, then more examples may need to be provided to cover the different types of services. 4C.8.1 Bidders will be required to confirm their average annual manpower for the last three years. 4C.8.2 Bidders will be required to confirm the number of their managerial staff for the last three years. 4C.9 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 the OJEU Contract Notice."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"techniques": {
"hasFrameworkAgreement": true
},
"classification": {
"id": "90731100",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "3 years"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "4D.1 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 a. A documented policy regarding quality management. b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder's quality management is effective in reducing/preventing incidents of sub-standard delivery. c. Documented arrangements for providing the bidder's workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. d. A documented process demonstrating how the bidder deals with complaints. 4D.1 Health and 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 a. The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. Note - Organisations with fewer than five employees are not required by law to have a documented policy statement. b. A documented process demonstrating the bidder's arrangements for ensuring that H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents. c. Documented arrangements for providing the bidder's workforce with training and information appropriate to the type of work of which the organisation is likely to bid. d. Documented arrangements for checking, reviewing and where necessary, improving the bidders H&S performance. e. Documented arrangements for ensuring that the bidder's suppliers apply H&S measures to a standard appropriate to the work for which they are being engaged. f. Documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary. g. You must meet any health and safety requirements placed upon you by law. 4D.2 Environmental Management Procedures 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 a. Documented arrangements for ensuring that the bidder's environmental management procedures are effective in reducing / preventing significant impacts on the environment. b. Documented arrangements checking, reviewing and where necessary improving, the bidder's environmental management performance and the environmental impact of this organisation, demonstrating that it has a system for monitoring environmental management procedures on an on-going basis and for updating them at periodic intervals. c. Documented arrangements for ensuring that any suppliers the bidder engages apply environmental protection measures that are appropriate to the work for which they are being engaged. (SC Ref:601638)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000585243"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000585243"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "PKC10155-1",
"title": "Air Quality Monitoring",
"suppliers": [
{
"id": "org-7",
"name": "Ricardo-AEA Ltd"
}
],
"relatedLots": [
"1"
],
"hasSubcontracting": true,
"subcontracting": {
"description": "Air Monitors will be responsible for 10% of the work.",
"maximumPercentage": 0.1,
"minimumPercentage": 0.1
}
},
{
"id": "PKC10155-2",
"title": "Air Quality Consultancy - Projects and Reporting",
"suppliers": [
{
"id": "org-8",
"name": "Sweco UK Limited"
}
],
"relatedLots": [
"2"
]
},
{
"id": "PKC10155-3",
"title": "Air Quality Events and Campaigns",
"suppliers": [
{
"id": "org-7",
"name": "Ricardo-AEA Ltd"
}
],
"relatedLots": [
"3"
]
},
{
"id": "PKC10155-4",
"title": "Air Quality modelling",
"suppliers": [
{
"id": "org-8",
"name": "Sweco UK Limited"
}
],
"relatedLots": [
"4"
]
}
],
"contracts": [
{
"id": "PKC10155-1",
"awardID": "PKC10155-1",
"title": "Air Quality Monitoring",
"status": "active",
"value": {
"amount": 180356,
"currency": "GBP"
},
"dateSigned": "2019-10-09T00:00:00Z"
},
{
"id": "PKC10155-2",
"awardID": "PKC10155-2",
"title": "Air Quality Consultancy - Projects and Reporting",
"status": "active",
"value": {
"amount": 70000,
"currency": "GBP"
},
"dateSigned": "2019-10-17T00:00:00Z"
},
{
"id": "PKC10155-3",
"awardID": "PKC10155-3",
"title": "Air Quality Events and Campaigns",
"status": "active",
"value": {
"amount": 20000,
"currency": "GBP"
},
"dateSigned": "2019-10-09T00:00:00Z"
},
{
"id": "PKC10155-4",
"awardID": "PKC10155-4",
"title": "Air Quality modelling",
"status": "active",
"value": {
"amount": 55000,
"currency": "GBP"
},
"dateSigned": "2019-10-17T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2019/S 109-265787"
}
],
"bids": {
"statistics": [
{
"id": "5",
"measure": "bids",
"value": 2,
"relatedLot": "1"
},
{
"id": "6",
"measure": "smeBids",
"value": 1,
"relatedLot": "1"
},
{
"id": "7",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "8",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "9",
"measure": "electronicBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "10",
"measure": "bids",
"value": 3,
"relatedLot": "2"
},
{
"id": "11",
"measure": "smeBids",
"value": 1,
"relatedLot": "2"
},
{
"id": "12",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "2"
},
{
"id": "13",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "2"
},
{
"id": "14",
"measure": "electronicBids",
"value": 3,
"relatedLot": "2"
},
{
"id": "15",
"measure": "bids",
"value": 1,
"relatedLot": "3"
},
{
"id": "16",
"measure": "smeBids",
"value": 0,
"relatedLot": "3"
},
{
"id": "17",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "3"
},
{
"id": "18",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "3"
},
{
"id": "19",
"measure": "electronicBids",
"value": 1,
"relatedLot": "3"
},
{
"id": "20",
"measure": "bids",
"value": 3,
"relatedLot": "4"
},
{
"id": "21",
"measure": "smeBids",
"value": 1,
"relatedLot": "4"
},
{
"id": "22",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "4"
},
{
"id": "23",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "4"
},
{
"id": "24",
"measure": "electronicBids",
"value": 3,
"relatedLot": "4"
}
]
}
}