Award

ISO Certification Services

NORTH LANARKSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Summary of the contracting process

North Lanarkshire Council is procuring ISO Certification Services for various services that require accreditation to several ISO standards, including ISO 9001:2015 and ISO 45001:2018. The procurement is currently at the award stage, with an active contract valued at £67,000. The contract was signed on 9 June 2021, following an open tender process that concluded on 30 April 2021. Certification services will be delivered in the North Lanarkshire area, specifically catering to the region's public services.

This procurement opportunity presents significant prospects for businesses specialising in accreditation services, particularly those certified by the United Kingdom Accreditation Service (UKAS). Companies offering ISO certification, consultancy, or audit services would be well-positioned to compete for future contracts in this sector. As the authority seeks continuous updates and compliance with comprehensive European accreditation standards, firms with expertise in quality, safety, and environmental management systems are encouraged to explore partnerships with local authorities such as North Lanarkshire Council.

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

ISO Certification Services

Notice Description

The Authority has a number of services with accreditation to BS EN ISO 9001 : 2015, BS EN 45001: 2018; BS EN ISO 14001 : 2015 and BS OHSAS 18001 : 2007 and requires the services of a United Kingdom Accreditation Service (UKAS) registered organisation to supply Certification to the Authority. Currently the Authority is covered by the various ISO/OHSAS Standards across Services and requires a UKAS Accredited Body for the following ISO Standards. ISO 9001 : 2015; ISO 45001:2018; ISO 14001 : 2015; BS OHSAS 18001 : 2008. Also the continual update to full European Accreditation Scope Ref (EA) for the following: -EA Code 01; EA Code 23a; EA Code 24 - Recycling; EA Code 29b; EA Code 31; EA Code 34; EA Code 35b; EA Code 36; EA Code 39.

Lot Information

Lot 1

The Authority has a number of services who currently have accreditation to BS EN ISO 9001: 2015, BS EN ISO 14001: 2015 and BS OHSAS 18001: 2007 and requires the services of a United Kingdom Accreditation Service (UKAS) registered organisation to supply Certification to North Lanarkshire Council. The Authority undertakes a number of regulatory functions across a range of Services. The Authority is led by the Chief Executive and 2 Executive Directors, who provide a strategic approach to the delivery of Council Services. Each Executive Director is supported by a number of Heads of Service who are responsible for the delivery of the operational functions across the Council. At the current time the Council employs approximately 15,000 staff, with approximately 1900 being covered by the various ISO/OHSAS Standards across Council Services. The Service Provider will be a UKAS Accredited Body for the following ISO Standards: ISO 9001 : 2015 Quality management systems - Requirements ISO 14001 : 2015 Environmental management systems - Requirements ISO 45001 : 2018 Occupational health and safety management systems - Requirements BS OHSAS 18001 : 2007 Occupational health and safety management systems - Requirements This requirement will include for the continual review and amendments/changes to the above standards and have full European co-operation for Accreditation Scope Reference (EA) references for the following criteria: EA Code 01 - Agriculture, forestry and fishing EA Code 23 - Manufacturing not elsewhere classified EA Code 24 - Recycling EA Code 29 - Wholesale and retail trade; Repair of motor vehicles, motorcycles and personal and household goods EA Code 31 - Transport, Storage and Communication EA Code 34 - Engineering Services EA Code 35 - Other Services EA Code 36 - Public Administration EA Code 39 - Other social services

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000651233
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN417685
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
PCS Notice - Website Contract Award Notice
Procurement Type
Standard
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


CPV Codes

79212000 - Auditing services

Notice Value(s)

Tender Value
£67,000 Under £100K
Lots Value
£67,000 Under £100K
Awards Value
Not specified
Contracts Value
£67,000 Under £100K

Notice Dates

Publication Date
9 Jun 20214 years ago
Submission Deadline
30 Apr 2021Expired
Future Notice Date
Not specified
Award Date
9 Jun 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
NORTH LANARKSHIRE COUNCIL
Contact Name
Not specified
Contact Email
blakewayl@northlan.gov.uk, corporateprocurement@northlan.gov.uk
Contact Phone
+44 1698403876

Buyer Location

Locality
MOTHERWELL
Postcode
ML1 1AB
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM34 North Lanarkshire
Delivery Location
TLM84 North Lanarkshire

Local Authority
North Lanarkshire
Electoral Ward
Motherwell South East and Ravenscraig
Westminster Constituency
Motherwell, Wishaw and Carluke

Supplier Information

Number of Suppliers
1
Supplier Name

SGS UNITED KINGDOM

Further Information

Notice Documents

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-r6ebe6-0000651233-2021-06-09T00:00:00Z",
    "date": "2021-06-09T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000651233",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-59",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "email": "corporateprocurement@northlan.gov.uk",
                "telephone": "+44 1698403876",
                "faxNumber": "+44 1698275125",
                "url": "http://www.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.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-60",
            "name": "Hamilton Sheriff Court",
            "identifier": {
                "legalName": "Hamilton Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 4 Beckford Street",
                "locality": "Hamilton",
                "postalCode": "ML3 0BT"
            },
            "contactPoint": {
                "email": "hamilton@scotcourts.gov.uk",
                "telephone": "+44 1698282957",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-347",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "email": "Blakewayl@northlan.gov.uk",
                "telephone": "+44 1698403876",
                "faxNumber": "+44 1698275125",
                "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.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-348",
            "name": "SGS United Kingdom Limited",
            "identifier": {
                "legalName": "SGS United Kingdom Limited"
            },
            "address": {
                "streetAddress": "Rossmore Business Park",
                "locality": "Ellesmere Port",
                "region": "UK",
                "postalCode": "CH65 3EN"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-161",
            "name": "Hamilton Sheriff Court",
            "identifier": {
                "legalName": "Hamilton Sheriff Court"
            },
            "address": {
                "locality": "Hamilton"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "North Lanarkshire Council",
        "id": "org-347"
    },
    "tender": {
        "id": "NLC-CPT-21-033",
        "title": "ISO Certification Services",
        "description": "The Authority has a number of services with accreditation to BS EN ISO 9001 : 2015, BS EN 45001: 2018; BS EN ISO 14001 : 2015 and BS OHSAS 18001 : 2007 and requires the services of a United Kingdom Accreditation Service (UKAS) registered organisation to supply Certification to the Authority. Currently the Authority is covered by the various ISO/OHSAS Standards across Services and requires a UKAS Accredited Body for the following ISO Standards. ISO 9001 : 2015; ISO 45001:2018; ISO 14001 : 2015; BS OHSAS 18001 : 2008. Also the continual update to full European Accreditation Scope Ref (EA) for the following: -EA Code 01; EA Code 23a; EA Code 24 - Recycling; EA Code 29b; EA Code 31; EA Code 34; EA Code 35b; EA Code 36; EA Code 39.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "79212000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "North Lanarkshire"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 67000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2021-04-30T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2021-04-30T12:30:00Z"
        },
        "documents": [
            {
                "id": "APR412426",
                "documentType": "contractNotice",
                "title": "ISO Certification Services",
                "description": "The Authority has a number of services with accreditation to BS EN ISO 9001 : 2015, BS EN 45001: 2018; BS EN ISO 14001 : 2015 and BS OHSAS 18001 : 2007 and requires the services of a United Kingdom Accreditation Service (UKAS) registered organisation to supply Certification to the Authority. Currently the Authority is covered by the various ISO/OHSAS Standards across Services and requires a UKAS Accredited Body for the following ISO Standards. ISO 9001 : 2015; ISO 45001:2018; ISO 14001 : 2015; BS OHSAS 18001 : 2008. Also the continual update to full European Accreditation Scope Ref (EA) for the following: -EA Code 01; EA Code 23a; EA Code 24 - Recycling; EA Code 29b; EA Code 31; EA Code 34; EA Code 35b; EA Code 36; EA Code 39.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR412426",
                "format": "text/html"
            },
            {
                "id": "APR412426-1",
                "title": "1. ISO ITT",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR412426&idx=1",
                "datePublished": "2021-04-19T16:30:42Z",
                "dateModified": "2021-04-19T16:30:42Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "APR412426-2",
                "title": "2. SPD Document",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR412426&idx=2",
                "datePublished": "2021-04-19T16:30:42Z",
                "dateModified": "2021-04-19T16:30:42Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "APR412426-3",
                "title": "3. Checklist for Enclosures",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR412426&idx=3",
                "datePublished": "2021-04-19T16:30:42Z",
                "dateModified": "2021-04-19T16:30:42Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "APR412426-4",
                "title": "4. Bona Fide Tender Certificate",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR412426&idx=4",
                "datePublished": "2021-04-19T16:30:42Z",
                "dateModified": "2021-04-19T16:30:42Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "APR412426-5",
                "title": "5. Contract Notice (extracted from PCS)",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR412426&idx=5",
                "datePublished": "2021-04-19T16:30:42Z",
                "dateModified": "2021-04-19T16:30:42Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUN417685",
                "documentType": "awardNotice",
                "title": "ISO Certification Services",
                "description": "The Authority has a number of services with accreditation to BS EN ISO 9001 : 2015, BS EN 45001: 2018; BS EN ISO 14001 : 2015 and BS OHSAS 18001 : 2007 and requires the services of a United Kingdom Accreditation Service (UKAS) registered organisation to supply Certification to the Authority. Currently the Authority is covered by the various ISO/OHSAS Standards across Services and requires a UKAS Accredited Body for the following ISO Standards. ISO 9001 : 2015; ISO 45001:2018; ISO 14001 : 2015; BS OHSAS 18001 : 2008. Also the continual update to full European Accreditation Scope Ref (EA) for the following: -EA Code 01; EA Code 23a; EA Code 24 - Recycling; EA Code 29b; EA Code 31; EA Code 34; EA Code 35b; EA Code 36; EA Code 39.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN417685",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Authority has a number of services who currently have accreditation to BS EN ISO 9001: 2015, BS EN ISO 14001: 2015 and BS OHSAS 18001: 2007 and requires the services of a United Kingdom Accreditation Service (UKAS) registered organisation to supply Certification to North Lanarkshire Council. The Authority undertakes a number of regulatory functions across a range of Services. The Authority is led by the Chief Executive and 2 Executive Directors, who provide a strategic approach to the delivery of Council Services. Each Executive Director is supported by a number of Heads of Service who are responsible for the delivery of the operational functions across the Council. At the current time the Council employs approximately 15,000 staff, with approximately 1900 being covered by the various ISO/OHSAS Standards across Council Services. The Service Provider will be a UKAS Accredited Body for the following ISO Standards: ISO 9001 : 2015 Quality management systems - Requirements ISO 14001 : 2015 Environmental management systems - Requirements ISO 45001 : 2018 Occupational health and safety management systems - Requirements BS OHSAS 18001 : 2007 Occupational health and safety management systems - Requirements This requirement will include for the continual review and amendments/changes to the above standards and have full European co-operation for Accreditation Scope Reference (EA) references for the following criteria: EA Code 01 - Agriculture, forestry and fishing EA Code 23 - Manufacturing not elsewhere classified EA Code 24 - Recycling EA Code 29 - Wholesale and retail trade; Repair of motor vehicles, motorcycles and personal and household goods EA Code 31 - Transport, Storage and Communication EA Code 34 - Engineering Services EA Code 35 - Other Services EA Code 36 - Public Administration EA Code 39 - Other social services",
                "status": "complete",
                "value": {
                    "amount": 67000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2021-04-30T12:30:00Z",
            "address": {
                "streetAddress": "Motherwell"
            }
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "4A.1 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. 4A.2 Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships."
                },
                {
                    "type": "economic",
                    "description": "Bidders must respond to SPD Questions 4B.1.2, 4B.3, 4B.5.1a, 4B.51b and 4B.5.2. The Bidder response to these questions for Economic and Financial Standing will be evaluated as follows: Pass = response is compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing Fail = response is not compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing.",
                    "minimum": "4B.1.2 - Bidders will be required to have an average yearly turnover of a minimum of 30K GBP for the last 3 years. 4B.3 - 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 or started trading. 4B.5.1a, 4B.5.1b and 4B.5.2 - 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: Employer's (Compulsory) Liability Insurance = 10M GBP Public Liability Insurance = 2M GBP Professional Indemnity Insurance = 2M GBP http://www.hse.gov.uk/pubns/hse40.pdf"
                },
                {
                    "type": "technical",
                    "description": "Bidders must respond to SPD Questions 4C.1.2, 4C.6, 4C6.1,4C.10 and 4D.1, 4D.2, 4D3. The Bidder response to question 4C.1.2 for Technical and professional ability will be scored by an evaluation panel; Bidders must score an average of 60% to pass this question; if the average score is below 60% this will be deemed a failure to meet the Council's minimum standards for Technical and professional Ability. Responses to 4C.6; 4C6.1 will be evaluated as Pass/Fail 4D.1; 4D.2; 4D.3 - Bidders must respond to SPD Questions 4D.1 and 4D.2. The Bidder response to these questions for Quality Assurance Schemes and Environmental Management Standards will be evaluated as follows: Pass = response is compliant with the minimum requirement stated in the Contract Notice section III.1.3) Technical and professional ability (specifically the Quality Assurance Schemes and Environmental Management Standards) Fail = response is not compliant with the minimum requirement stated in the Contract Notice section III.1.3) Technical and professional ability (specifically the Quality Assurance Schemes and Environmental Management Standards). Responses to 4C.10 will not be evaluated. The scoring rationale of the evaluation panel for question 4C.1.2 is: Score - Definition 100 - Response is completely relevant. It is unlikely that the response could be more comprehensive or be improved upon. It provides full assurance that the requirements will be met in full in every respect 90 - Response is almost entirely relevant. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirements and provides complete details of how the requirement will be met. 80 - Response is highly relevant. Detailed response demonstrates a thorough understanding of the requirement and provides almost totally complete details of how the requirement will be met. 70 - Response is relevant. The response is sufficiently detailed to demonstrate a thorough understanding and provides at least 70% of the required details on how the requirement will be fulfilled. 60 - Response is substantially relevant and acceptable and demonstrates a broad understanding of the requirement to a satisfactory depth but could have been more detailed 50 - Response is at least 50% relevant and acceptable. The response demonstrates an understanding of the requirement but lacks details on how the requirement will be fulfilled in certain areas. 40 - Response is partially relevant but not sufficiently detailed to demonstrate how the requirement will be met. There is a lack of depth of detail or understanding in many areas. 30 - Response has some relevance but is generally insufficient. The response addresses some elements of the requirement but contains limited detail or explanation to demonstrate an understanding or how the requirement will be met. 20 - Response demonstrates a lack of understanding and little pertinent detail or explanation of an understanding or how the requirement will be met. 10 - Response demonstrates little relevance, understanding or explanation of how the requirement will be met. 0 - Nil or irrelevant response. 4D.1; 4D.2 - Scoring criteria is Pass/Fail - bidders must hold the specified requirements",
                    "minimum": "4C.1.2 - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice. 4C.6 and 4C6.1 - Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: Bidders must hold a UKAS or equivalent accredited third party certificate of compliance in accordance with ISO/IEC 17021 (1-3) : 2015 and for Audit Staff registration with the International Register of Certified Auditors (IRCA) and a degree or equivalent in Business Management, Environmental Management or Safety and Occupational Health And: Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications: Registration with the International Register of Certified Auditors (IRCA) and a degree or equivalent in Business Management, Environmental Management or Safety and Occupational Health 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 4D.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). 4D.2 - 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. 4D.3 The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS ISO 45001 (or equivalent)."
                },
                {
                    "type": "technical",
                    "description": "Execution of the service is reserved to a particular profession"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "79212000",
            "scheme": "CPV"
        },
        "reviewDetails": "An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.",
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "(SC Ref:656769)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000651233"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000651233"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "NLC-CPT-21-033",
            "suppliers": [
                {
                    "id": "org-348",
                    "name": "SGS United Kingdom Limited"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "NLC-CPT-21-033",
            "awardID": "NLC-CPT-21-033",
            "status": "active",
            "value": {
                "amount": 67000,
                "currency": "GBP"
            },
            "dateSigned": "2021-06-09T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1255",
                "measure": "bids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "1256",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "1257",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "1258",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "1259",
                "measure": "electronicBids",
                "value": 4,
                "relatedLot": "1"
            }
        ]
    }
}