Award

Supply & Distribution of Specialist Produce

GLASGOW CITY COUNCIL

This public procurement record has 2 releases in its history.

Award

25 Jan 2021 at 00:00

Tender

08 Jul 2020 at 00:00

Summary of the contracting process

The Glasgow City Council is currently conducting a procurement process for the "Supply & Distribution of Specialist Produce". This tender falls under the goods category and serves the food supply needs for recreational and community events across Glasgow. The tender period ended on 1st September 2020, with an active contract later awarded to Braehead Foods on 20th November 2020 for a value of approximately £425,339. The delivery is to be made in various locations within Glasgow, aimed at supporting services like Encore Catering. This procurement was carried out through an open procedure, allowing any qualified supplier to participate.

This tender presents an excellent opportunity for small and medium-sized enterprises (SMEs) in the food production and distribution sector, particularly those specialising in fresh produce and game with Scottish provenance. Businesses with a solid track record in catering and a commitment to quality can leverage this contract to expand their reach and enhance their portfolio. Given Glasgow City Council's commitment to community benefits and local service delivery, companies that can demonstrate compliance with regulatory standards and a capacity for timely service delivery will be well-positioned to compete effectively.

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

Supply & Distribution of Specialist Produce

Notice Description

The Supply & Distribution of Specialist Produce including but not limited to pre-prepared, game & produce with Scottish provenance to Glasgow City Council including ALEOs. The main service user is Encore Catering Services who provide cafe, catering and banqueting services for events held at Glasgow Life premises and the City Chambers.

Lot Information

Lot 1

The Supply & Distribution of Specialist Produce (including pre-prepared, Game & Scottish) to council locations to be cooked and served by the councils in house catering provider, Encore Catering Services. Delivery will be required to locations including but not limited to The City Chambers, Glasgow Life venues including gyms, the Glasgow Royal Concert Hall, City Halls, Old Fruit Market, Mitchell Library, St. Mungo's Museum of Religious Art & Life, Kelvinhall Gallery of Modern Art and Kelvingrove Art Gallery & Museum. The Burrell Collection, Emirates Arena, Tramway Theatre and the Lighthouse.. Bidders note that Affiliated Bodies may participate in this contract: City Building (Contracts) LLP; City Building (Glasgow) LLP; Culture and Sport Glasgow (Branded as Glasgow Life); Culture and Sport Glasgow (Trading) CIC; City Parking (Glasgow) LLP; City Property (Glasgow) LLP; City Property (Investments) LLP and Jobs and Business Glasgow Ltd.

Options: Non-core items that are not included within the core basket of goods may be requested from the successful bidder and product reviews will be conducted as per the terms of the contract.

Renewal: This contract is expected to run for 2 years. The council will have an option to extend the contract for 3 periods of up to 12 months each which will be exercised by the council serving notice on the Bidder in accordance with the councils terms and conditions. Requirements will be retendered accordingly.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000624411
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN404894
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

15 - Food, beverages, tobacco and related products


CPV Codes

15000000 - Food, beverages, tobacco and related products

15242000 - Prepared fish dishes

15250000 - Seafood

15894000 - Processed food products

Notice Value(s)

Tender Value
£250,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£425,339 £100K-£500K

Notice Dates

Publication Date
25 Jan 20215 years ago
Submission Deadline
1 Sep 2020Expired
Future Notice Date
Not specified
Award Date
20 Nov 20205 years ago
Contract Period
Not specified - Not specified
Recurrence
This contract is expected to run for 2 years. The council will have an option to extend the contract for 3 periods of up to 12 months each which will be exercised by the council serving notice on the Bidder in accordance with the councils terms and conditions.

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
Denise Kyle
Contact Email
denise.kyle@ced.glasgow.gov.uk
Contact Phone
+44 1412876403

Buyer Location

Locality
GLASGOW
Postcode
G2 1DU
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM82 Glasgow City

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North East

Supplier Information

Number of Suppliers
1
Supplier Name

BRAEHEAD FOODS

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL390049
    Supply & Distribution of Specialist Produce - The Supply & Distribution of Specialist Produce including but not limited to pre-prepared, game & produce with Scottish provenance to Glasgow City Council including ALEOs. The main service user is Encore Catering Services who provide cafe, catering and banqueting services for events held at Glasgow Life premises and the City Chambers.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN404894
    Supply & Distribution of Specialist Produce - The Supply & Distribution of Specialist Produce including but not limited to pre-prepared, game & produce with Scottish provenance to Glasgow City Council including ALEOs. The main service user is Encore Catering Services who provide cafe, catering and banqueting services for events held at Glasgow Life premises and the City Chambers.

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-r6ebe6-0000624411-2021-01-25T00:00:00Z",
    "date": "2021-01-25T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000624411",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-60",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "name": "Denise Kyle",
                "email": "denise.kyle@ced.glasgow.gov.uk",
                "telephone": "+44 1412876403",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.glasgow.gov.uk"
            }
        },
        {
            "id": "org-61",
            "name": "Glasgow Sherriff Court & Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sherriff Court & Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "PO Box 23 1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "email": "glasgow@scotcourts.gov.uk",
                "url": "https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-32",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "name": "Denise Kyle",
                "email": "denise.kyle@ced.glasgow.gov.uk",
                "telephone": "+44 1412876403",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.glasgow.gov.uk"
            }
        },
        {
            "id": "org-33",
            "name": "Braehead Foods",
            "identifier": {
                "legalName": "Braehead Foods"
            },
            "address": {
                "streetAddress": "7 Moorfield Park",
                "locality": "Kilmarnock",
                "region": "UK",
                "postalCode": "KA2 0FE"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "https://www.braeheadfoods.co.uk/"
            }
        },
        {
            "id": "org-34",
            "name": "Glasgow Sherriff Court & Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sherriff Court & Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "PO Box 23 1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "email": "glasgow@scotcourts.gov.uk",
                "url": "https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-32"
    },
    "tender": {
        "id": "GCC005163CPU PCS-T Project_16416",
        "title": "Supply & Distribution of Specialist Produce",
        "description": "The Supply & Distribution of Specialist Produce including but not limited to pre-prepared, game & produce with Scottish provenance to Glasgow City Council including ALEOs. The main service user is Encore Catering Services who provide cafe, catering and banqueting services for events held at Glasgow Life premises and the City Chambers.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "15000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "15250000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "15894000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "15242000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Glasgow, UK"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 250000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2020-09-01T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2020-09-01T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUL390049",
                "documentType": "contractNotice",
                "title": "Supply & Distribution of Specialist Produce",
                "description": "The Supply & Distribution of Specialist Produce including but not limited to pre-prepared, game & produce with Scottish provenance to Glasgow City Council including ALEOs. The main service user is Encore Catering Services who provide cafe, catering and banqueting services for events held at Glasgow Life premises and the City Chambers.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL390049",
                "format": "text/html"
            },
            {
                "id": "JAN404894",
                "documentType": "awardNotice",
                "title": "Supply & Distribution of Specialist Produce",
                "description": "The Supply & Distribution of Specialist Produce including but not limited to pre-prepared, game & produce with Scottish provenance to Glasgow City Council including ALEOs. The main service user is Encore Catering Services who provide cafe, catering and banqueting services for events held at Glasgow Life premises and the City Chambers.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN404894",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Supply & Distribution of Specialist Produce (including pre-prepared, Game & Scottish) to council locations to be cooked and served by the councils in house catering provider, Encore Catering Services. Delivery will be required to locations including but not limited to The City Chambers, Glasgow Life venues including gyms, the Glasgow Royal Concert Hall, City Halls, Old Fruit Market, Mitchell Library, St. Mungo's Museum of Religious Art & Life, Kelvinhall Gallery of Modern Art and Kelvingrove Art Gallery & Museum. The Burrell Collection, Emirates Arena, Tramway Theatre and the Lighthouse.. Bidders note that Affiliated Bodies may participate in this contract: City Building (Contracts) LLP; City Building (Glasgow) LLP; Culture and Sport Glasgow (Branded as Glasgow Life); Culture and Sport Glasgow (Trading) CIC; City Parking (Glasgow) LLP; City Property (Glasgow) LLP; City Property (Investments) LLP and Jobs and Business Glasgow Ltd.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Price",
                            "description": "45%"
                        },
                        {
                            "type": "price",
                            "description": "Price"
                        }
                    ]
                },
                "options": {
                    "description": "Non-core items that are not included within the core basket of goods may be requested from the successful bidder and product reviews will be conducted as per the terms of the contract."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 120
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This contract is expected to run for 2 years. The council will have an option to extend the contract for 3 periods of up to 12 months each which will be exercised by the council serving notice on the Bidder in accordance with the councils terms and conditions. Requirements will be retendered accordingly."
                }
            }
        ],
        "bidOpening": {
            "date": "2020-09-01T12:00:00Z",
            "address": {
                "streetAddress": "Glasgow, UK"
            }
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Please refer to the Invitation to Tender document."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "N/A"
                },
                {
                    "type": "economic",
                    "description": "Bidders must comply with the undernoted financial requirements in order to participate in the tendering process: There is a minimum financial requirement that affects Minimum Turnover, Trading Performance & Balance Sheet Strength. Financial requirements should be calculated on latest filed accounts with Company House.",
                    "minimum": "Minimum Turnover: Applicants require a Turnover level of at least GBP500k Trading Performance: Applicants must have attained the undernoted: Positive pre-tax profits for the most recent financial year or an overall positive outcome on pre-tax profits over a 3 year period. Exceptional items can be excluded from the calculation. The above would be expressed in the ratio Pre-Tax Profit/Turnover. Balance Sheet Strength: Net worth of the organisation must be positive. Intangibles can be included for purposes of the Total Assets figure. The above would be expressed in the ratio Total Assets/Total Liabilities. Applicants who have been trading for less than 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading. Applicants who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfied the financial requirements stipulated above. Insurance Bidders shall take out and maintain throughout the period of their services Employers Liability insurance to the value of at least ten million pounds Sterling (GBP10,000,000) in respect of any one event and unlimited in the period. .Bidders shall take out and maintain throughout the period of their services Public Liability insurance to the value of at least five million pounds Sterling (GBP5,000,000) in respect of any one event and unlimited in the period. Bidders shall take out and maintain throughout the period of their services Products Liability insurance to the value of at least five million pounds Sterling (GBP5,000,000) in respect of any one event and in the aggregate. Bidders shall take out and maintain throughout the period of their services, at least the statutory Motor insurance cover as per the Road Traffic Act 1988. The above insurances shall be with an insurance company registered with the Financial Conduct Authority (FCA) in the UK, or equivalent body for other EU member states by the council. All vehicles used by the successful bidder require to meet the Euro 6 standard from the commencement of contract."
                },
                {
                    "type": "technical",
                    "description": "Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the goods and service as described in part II2.4 of the OJEU Contract Notice and further detailed within the Invitation to Tender document.",
                    "minimum": "Please provide 2 relevant examples of supplies and/or services carried out in the past 5 years (examples from both public and/or the private sector). Please note that the council are allowing examples carried out during the past five years instead of three years as stipulated on the online ESPD question. At least one example should be within the last three years and ideally, one example should be from the public sector. For each example, the following information should include but not be limited to: 1) An overview of the contract including; a) Customer Name b) Contract start date c) Contract end date d) Contract value e) Contract description f) Details of multi drop deliveries required up to 6 days per week The relevant examples that are provided should demonstrate the experience that your company has of delivering goods and the distribution thereof for contracts of a similar scale and nature. Responses should not exceed 2 x A4 pages per example double sided and should be submitted in Ariel font 11. Where a submission exceeds the maximum number of pages requested, no account will be taken of the content of the contents beyond the maximum. The weighting will be 50% for each example, with 100% attributed to the two examples required for this contract. Minimum Pass Mark - a minimum combination pass mark of 60% out of 100% is required in total for this section. Any bidder who fails to achieve the minimum score for this question will be excluded at this stage."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "15894000",
            "scheme": "CPV"
        },
        "reviewDetails": "Glasgow City council (\"the council\") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent. When sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\"The Regulations\"). The Council is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sherriff Court of the Court of Session where a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advise when they consider appropriate to do so.",
        "hasRecurrence": true,
        "recurrence": {
            "description": "This contract is expected to run for 2 years. The council will have an option to extend the contract for 3 periods of up to 12 months each which will be exercised by the council serving notice on the Bidder in accordance with the councils terms and conditions."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Additional Information All products supplied must be fresh therefore not previously frozen unless otherwise agreed. Fresh produce must comply in all respects with the relevant provisions of law, as amended, governing the quality of products for human consumption and labelling as follows: (i) Food Safety Act 1990 (ii) The Food Hygiene (Scotland) Regulations 2006 (iii) EEC Regulations 852/2004, 853/2004 and 854/2004 (iv) The General Food Regulations 2004 (v) The Food Information Regulations 2014 Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Information regarding the European Single Procurement Document and contracting authority specific requirements can be found in the Supplier Guidance Document which is located in the Buyers Attachment area of Public Contracts Scotland-Tender (PCS-T). Freedom of Information Act - Information on the FIO Act is contained in Appendix A of the ITT. Bidders must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FIO Certificate (NB the council does not bind itself to withhold this information). Tenderers Amendments - Bidders must enter any clause, condition, amendment to specification or any other qualifications they may wish to make conditional on this offer. Prompt Payment - The successful bidder shall, as a condition of being awarded the tender, be required to demonstrate to the councils satisfaction that all funds due to the tenderers permitted sub-contractors in respect of the contract are paid timeously and that as a minimum invoices rendered by sub-contractors in respect of payments due to any sub sub-contractors, if any. Bidders will be required to complete the prompt payment certificate. Non-Collusion - Bidders will be required to complete the Non-Collusion certificate. Insurance Mandate - the Successful Bidder will be required to sign the Insurance Mandate contained in the Buyers Attachments area within PCS-T, authorising the council to request copies of insurance documents from the bidder's insurance provider. If the mandate is not signed and returned, the council reserves the right to request copies of insurance certificates from the bidder at any point during the contract period. Terms and Conditions - these are located with the Attachments Area of PCS-T. Additional information pertaining to this contract notice is contained within the ITT and ESPD statements documents situated within the attachments area of PCS-T. Bidders must ensure they read these documents in line with this contract notice. Bidders must provide pricing as instructed within the ITT and the Commercial Envelope within PCS-T. Failure to follow instructions may result a non-compliant bid that will be rejected and considered no further. Bidders must complete Appendices 15-Cost Drivers, 16-Fillings & Mousseline Choices and 17-Nutritional Data & Allergen Information which are located within the General Attachments are of PCS-T as per instructions. (SC Ref:641574)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000624411"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000624411"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "GCC005163CPU",
            "suppliers": [
                {
                    "id": "org-33",
                    "name": "Braehead Foods"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "GCC005163CPU",
            "awardID": "GCC005163CPU",
            "status": "active",
            "value": {
                "amount": 425339,
                "currency": "GBP"
            },
            "dateSigned": "2020-11-20T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2020/S 133-328057"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "50",
                "measure": "bids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "51",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "52",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "53",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "54",
                "measure": "electronicBids",
                "value": 1,
                "relatedLot": "1"
            }
        ]
    }
}