Award

Paisley Town Hall Re-development - Main Works

RENFREWSHIRE COUNCIL

This public procurement record has 3 releases in its history.

Award

29 Mar 2021 at 00:00

TenderUpdate

10 Sep 2020 at 00:00

Tender

31 Aug 2020 at 00:00

Summary of the contracting process

Renfrewshire Council is overseeing the procurement process for the "Paisley Town Hall Re-development – Main Works" project, aimed at modernising the historic category A listed building as part of a broader regeneration initiative for Paisley Town Centre. The procurement is currently at the Award stage, having been initiated with a selective competitive procedure that included a negotiation phase. The contract, valued at approximately £16,042,852, was signed on 29th March 2021, and is set to enhance civic and cultural life in the region. The delivery location for this project is Paisley Town Hall in the UKM83 region.

This tender presents significant opportunities for construction and renovation firms, particularly those that specialise in heritage buildings and modernisation projects. Businesses with a proven track record of delivering high-quality development works, especially those holding the necessary financial capacity and relevant experience in comparable projects, would be particularly well-placed to compete. Firms that can demonstrate adherence to stringent quality and safety standards, as well as a commitment to community engagement, may find themselves favourably positioned to win this contract and contribute to the revitalisation of Paisley Town Centre.

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

Paisley Town Hall Re-development - Main Works

Notice Description

The purpose of this project is to implement the design, upgrade and modernisation of the category A listed Paisley Town Hall as part of the longer-term regeneration of Paisley Town Centre. The vision for the upgraded Paisley town Hall is: "To create a flagship venue for Paisley, Renfrewshire and West Central Scotland, enriching contemporary civic and cultural life" The upgrading of Paisley Town Hall is identified as a key element of the longer-term regeneration of Paisley Town Centre. The lifecycle maintenance upgrade with additional facilities will provide a modern facility that is fit for purpose within an important historic building, supporting and developing the regeneration of Paisley town centre. The form of contract for the works is SBCC Standard Building Contract With Quantities For Use in Scotland, SBC/Q/Scot 2011 Edition as supplemented and amended by the Council specific "Employer's Amendments".

Lot Information

Lot 1

The purpose of this project is to implement the design, upgrade and modernisation of the category A listed Paisley Town Hall as part of the longer-term regeneration of Paisley Town Centre. This procurement exercise is a re-tender from a previously cancelled procurement. The nature of this requirement remains the same.. The Council had an option with the Competitive Procedure with Negotiation to proceed to further stages (Stage 3 and Stage 4), it was agreed by the project team that it was not necessary to take up these options as tenders received were within budget. In the Stage 2 Invitation to Tender the Council had reserved the right not to utilise these stages.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000628989
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR410627
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45453000 - Overhaul and refurbishment work

Notice Value(s)

Tender Value
£16,900,000 £10M-£100M
Lots Value
£16,900,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£16,042,852 £10M-£100M

Notice Dates

Publication Date
29 Mar 20214 years ago
Submission Deadline
30 Sep 2020Expired
Future Notice Date
Not specified
Award Date
29 Mar 20214 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
RENFREWSHIRE 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
PAISLEY
Postcode
PA1 1JB
Post Town
Paisley
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
Delivery Location
TLM83 Inverclyde, East Renfrewshire, and Renfrewshire

Local Authority
Renfrewshire
Electoral Ward
Paisley East and Central
Westminster Constituency
Paisley and Renfrewshire South

Supplier Information

Number of Suppliers
1
Supplier Name

GALLIFORD TRY CONSTRUCTION LIMITED T/A MORRISON CONSTRUCTION

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP393697
    Paisley Town Hall Re-development - Main Works - The purpose of this project is to implement the design, upgrade and modernisation of the category A listed Paisley Town Hall as part of the longer-term regeneration of Paisley Town Centre. The vision for the upgraded Paisley town Hall is: "To create a flagship venue for Paisley, Renfrewshire and West Central Scotland, enriching contemporary civic and cultural life" The upgrading of Paisley Town Hall is identified as a key element of the longer-term regeneration of Paisley Town Centre. The lifecycle maintenance upgrade with additional facilities will provide a modern facility that is fit for purpose within an important historic building, supporting and developing the regeneration of Paisley town centre. The form of contract for the works is SBCC Standard Building Contract With Quantities For Use in Scotland, SBC/Q/Scot 2011 Edition as supplemented and amended by the Council specific "Employer's Amendments".
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR410627
    Paisley Town Hall Re-development - Main Works - The purpose of this project is to implement the design, upgrade and modernisation of the category A listed Paisley Town Hall as part of the longer-term regeneration of Paisley Town Centre. The vision for the upgraded Paisley town Hall is: "To create a flagship venue for Paisley, Renfrewshire and West Central Scotland, enriching contemporary civic and cultural life" The upgrading of Paisley Town Hall is identified as a key element of the longer-term regeneration of Paisley Town Centre. The lifecycle maintenance upgrade with additional facilities will provide a modern facility that is fit for purpose within an important historic building, supporting and developing the regeneration of Paisley town centre. The form of contract for the works is SBCC Standard Building Contract With Quantities For Use in Scotland, SBC/Q/Scot 2011 Edition as supplemented and amended by the Council specific "Employer's Amendments".

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-r6ebe6-0000628989-2021-03-29T00:00:00Z",
    "date": "2021-03-29T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000628989",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-72",
            "name": "Renfrewshire Council",
            "identifier": {
                "legalName": "Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Renfrewshire House, Cotton Street",
                "locality": "Paisley",
                "region": "UKM83",
                "postalCode": "PA1 1JB"
            },
            "contactPoint": {
                "name": "Nicola Hainan",
                "email": "nicola.hainan@renfrewshire.gov.uk",
                "telephone": "+44 7958009541",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.renfrewshire.gov.uk"
            }
        },
        {
            "id": "org-73",
            "name": "See VI.4.3 below",
            "identifier": {
                "legalName": "See VI.4.3 below"
            },
            "address": {
                "locality": "See VI.4.3 below"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-7",
            "name": "Renfrewshire Council",
            "identifier": {
                "legalName": "Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Renfrewshire House, Cotton Street",
                "locality": "Paisley",
                "region": "UKM83",
                "postalCode": "PA1 1JB"
            },
            "contactPoint": {
                "email": "graeme.clark@renfrewshire.gov.uk",
                "telephone": "+44 7483393633",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.renfrewshire.gov.uk"
            }
        },
        {
            "id": "org-65",
            "name": "Renfrewshire Council",
            "identifier": {
                "legalName": "Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Renfrewshire House, Cotton Street",
                "locality": "Paisley",
                "region": "UKM83",
                "postalCode": "PA1 1JB"
            },
            "contactPoint": {
                "name": "Nicola Hainan",
                "email": "nicola.hainan@renfrewshire.gov.uk",
                "telephone": "+44 7958009541",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.renfrewshire.gov.uk"
            }
        },
        {
            "id": "org-66",
            "name": "Galliford Try Construction Limited t/a Morrison Construction",
            "identifier": {
                "legalName": "Galliford Try Construction Limited t/a Morrison Construction"
            },
            "address": {
                "streetAddress": "Rowan House, 1 Robroyston Oval",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G33 1AP"
            },
            "contactPoint": {
                "telephone": "+44 1415576507"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-67",
            "name": "Court of Session",
            "identifier": {
                "legalName": "Court of Session"
            },
            "address": {
                "streetAddress": "Parliament Square",
                "locality": "edinburgh",
                "postalCode": "EH1 1RQ"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody",
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "name": "Renfrewshire Council",
        "id": "org-65"
    },
    "tender": {
        "id": "RC-CPU-19-286",
        "title": "Paisley Town Hall Re-development - Main Works",
        "description": "The purpose of this project is to implement the design, upgrade and modernisation of the category A listed Paisley Town Hall as part of the longer-term regeneration of Paisley Town Centre. The vision for the upgraded Paisley town Hall is: \"To create a flagship venue for Paisley, Renfrewshire and West Central Scotland, enriching contemporary civic and cultural life\" The upgrading of Paisley Town Hall is identified as a key element of the longer-term regeneration of Paisley Town Centre. The lifecycle maintenance upgrade with additional facilities will provide a modern facility that is fit for purpose within an important historic building, supporting and developing the regeneration of Paisley town centre. The form of contract for the works is SBCC Standard Building Contract With Quantities For Use in Scotland, SBC/Q/Scot 2011 Edition as supplemented and amended by the Council specific \"Employer's Amendments\".",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "deliveryLocation": {
                    "description": "Paisley Town Hall."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 16900000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "tenderPeriod": {
            "endDate": "2020-09-30T12:00:00Z"
        },
        "documents": [
            {
                "id": "SEP393697",
                "documentType": "contractNotice",
                "title": "Paisley Town Hall Re-development - Main Works",
                "description": "The purpose of this project is to implement the design, upgrade and modernisation of the category A listed Paisley Town Hall as part of the longer-term regeneration of Paisley Town Centre. The vision for the upgraded Paisley town Hall is: \"To create a flagship venue for Paisley, Renfrewshire and West Central Scotland, enriching contemporary civic and cultural life\" The upgrading of Paisley Town Hall is identified as a key element of the longer-term regeneration of Paisley Town Centre. The lifecycle maintenance upgrade with additional facilities will provide a modern facility that is fit for purpose within an important historic building, supporting and developing the regeneration of Paisley town centre. The form of contract for the works is SBCC Standard Building Contract With Quantities For Use in Scotland, SBC/Q/Scot 2011 Edition as supplemented and amended by the Council specific \"Employer's Amendments\".",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP393697",
                "format": "text/html"
            },
            {
                "id": "MAR410627",
                "documentType": "awardNotice",
                "title": "Paisley Town Hall Re-development - Main Works",
                "description": "The purpose of this project is to implement the design, upgrade and modernisation of the category A listed Paisley Town Hall as part of the longer-term regeneration of Paisley Town Centre. The vision for the upgraded Paisley town Hall is: \"To create a flagship venue for Paisley, Renfrewshire and West Central Scotland, enriching contemporary civic and cultural life\" The upgrading of Paisley Town Hall is identified as a key element of the longer-term regeneration of Paisley Town Centre. The lifecycle maintenance upgrade with additional facilities will provide a modern facility that is fit for purpose within an important historic building, supporting and developing the regeneration of Paisley town centre. The form of contract for the works is SBCC Standard Building Contract With Quantities For Use in Scotland, SBC/Q/Scot 2011 Edition as supplemented and amended by the Council specific \"Employer's Amendments\".",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR410627",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The purpose of this project is to implement the design, upgrade and modernisation of the category A listed Paisley Town Hall as part of the longer-term regeneration of Paisley Town Centre. This procurement exercise is a re-tender from a previously cancelled procurement. The nature of this requirement remains the same.. The Council had an option with the Competitive Procedure with Negotiation to proceed to further stages (Stage 3 and Stage 4), it was agreed by the project team that it was not necessary to take up these options as tenders received were within budget. In the Stage 2 Invitation to Tender the Council had reserved the right not to utilise these stages.",
                "status": "complete",
                "value": {
                    "amount": 16900000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 570
                },
                "hasRenewal": false
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "The contract will include performance conditions including those in relation to fair working practices and community benefits."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "successiveReduction": true,
            "noNegotiationNecessary": true,
            "invitationDate": "2020-10-09T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established."
                },
                {
                    "type": "economic",
                    "description": "Renfrewshire Council requires to ensure that the economic operator has the necessary economic and financial capacity to perform and complete the contract. In the current difficult economic environment, the Council seeks to ensure that the contractor who undertakes the works has suitable financial strength and capacity to complete these works. The Council will require bidders to have a (\"general\") yearly turnover of 33.5m GBP and to evidence this level of turnover in the previous 3 years. Failure to meet this mandatory requirement will result in exclusion from the Procurement Process. The Council will also require the economic operator to evidence where possible they have a Dun & Bradstreet failure score of no less than 30. The Council recognises that many businesses have been directly affected by the Coronavirus pandemic and therefore may be unable to meet the D&B score. Where an economic operator wishes to be considered for selection under this contract but cannot meet the D&B score that economic operator must provide financial information which will satisfy the Council that they have an equivalent level of economic and financial standing; and must provide related guarantees or formal assurances to support their right to participate and be considered for any contract award ( Regulation 61(8)). Examples, but not an exclusive list, of the financial information the Council would consider are: Parent and/or ultimate parent company audited accounts for the most recent 3 financial years (if applicable); Guarantees and bonds; Bankers' statements and references (including confirmation of value and duration of credit facilities); Management accounts and financial projections including cash flow forecasts(approved by the Chief Financial Officer); order book pipeline; details and evidence of previous contracts, including contract values; and other evidence of capital availability. Please note that any financial information disclosed should evidence the financial strength of the economic operator tendering, therefore additional supporting information will need to be provided where joint or group accounts are provided in support of a bid to explain to the Council the relevance of that information. Where the economic bidder relies upon or intends to reply upon any Key Subcontractors in performance of the contract, then the Council reserves the right to assess the financial strength and suitability the Key subcontractor as part of the qualification process; Where the economic operator relies upon a parent company to provide financial assurance in support of their bid, the Council will also reserve the right to seek financial information on the strength and suitability of the parent company; and Where the economic operator relies upon the capacity of other parties in respect of selection and/or performance of the contract, then dependent on the nature of the arrangement the Council may require full disclosure of financial information in support of the bid. For example, where the bidder identifies as a consortium the Council will require each consortia member to meet the financial selection requirements contained in the procurement documents. The Council reserves the right to monitor that the economic operator continues to meet the financial selection requirements upon receipt of the invitation to tender or after evaluation has been completed and prior to any award being made. Economic operators must inform the Council of any changes to any submission made by them in respect of their financial and or economic situation. The Council will further reserve the right to remove any economic operator from the tendering process where they are no longer able to fulfil any of the selection requirements as directed within the procurement documents.",
                    "minimum": "Turnover - Bidders will be required to have a minimum \"general\" yearly turnover of 33.5m GBP for the last 3 years. Insurance - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employers liability - minimum 10m GBP, each and every claim Contractors'; \"All Risks\" Insurance (\"CAR\") = the value of the works +15%; Construction Third Party Liability Insurance (Public liability) - Not less than 75m GBP in respect of any one occurrence, the number of occurrences being unlimited, but in the aggregate in respect of pollution and contamination liability; Professional Indemnity insurance -not less than 10m GBP, any one claim or series of claims arising from one single incident and in relation to the works, such insurance shall be in place from the commencement of the Works until no less than twelve (12) years after the Actual Completion Date or, if earlier, after the date of termination of the Construction Contract Motor vehicle insurance - unlimited in respect of death or injury and a minimum 5m GBP in respect of property damage. Other economic & financial standing criteria; Dun & Bradstreet - failure score of no less than 30"
                },
                {
                    "type": "technical",
                    "description": "Quality Assurance Health & Safety Environmental Management Previous Experience Technicians or Technical Bodies Supply Chain Management Manpower Tools, Plant and Technical Equipment Sub-Contracting Technical and Professional Ability Contractor Designed Portions Working in an Existing Building Workforce Qualifications and Experience Achieving Excellence in the Delivered Facility Health and Safety Further detail is contained within the procurement documents.",
                    "minimum": "Bidders must achieve a technical score of 70% and above in order to proceed to the inital tender stage of the process. Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. 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 or the relevant section of the Site Notice. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or demonstrate equivalent standard). 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 demonstrate equivalent standard) certificate,"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 150
            }
        },
        "classification": {
            "id": "45453000",
            "scheme": "CPV"
        },
        "reviewDetails": "An economic operator that suffers or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.",
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "amendments": [
            {
                "id": "amd-16",
                "description": "Technical & Professional Ability The examples of works carried out can be within 10 years, instead of only the 5 years which were stipulated in the original Contract Notice, under the technical and professional ability minimum levels required. Bidders are encouraged to give their most recent examples."
            }
        ]
    },
    "language": "EN",
    "description": "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. The Council reserves the right to award the contract to a preferred tender after Stage 2 without use of Stage 3 or Stage 4. Stages outlined in II.2.14. (SC Ref:649085)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000628989"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000628989"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000628989"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "RC-CPU-19-286",
            "suppliers": [
                {
                    "id": "org-66",
                    "name": "Galliford Try Construction Limited t/a Morrison Construction"
                }
            ],
            "relatedLots": [
                "1"
            ],
            "hasSubcontracting": true
        }
    ],
    "contracts": [
        {
            "id": "RC-CPU-19-286",
            "awardID": "RC-CPU-19-286",
            "status": "active",
            "value": {
                "amount": 16042852,
                "currency": "GBP"
            },
            "dateSigned": "2021-03-29T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2020/S 172-417091"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "80",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "81",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "82",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "83",
                "measure": "foreignBidsFromNonEU",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "84",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "1"
            }
        ]
    }
}