Award

Burrell Collection Audio Visual Software and Digital Content

GLASGOW CITY COUNCIL

This public procurement record has 2 releases in its history.

Summary of the contracting process

Glasgow City Council is conducting a tender for the "Burrell Collection Audio Visual Software and Digital Content," which is classified under the goods procurement category. This tender is based in Glasgow, UK, and is currently in the Award stage, having been completed on 28 June 2021, with a contract value of £165,000 expected to run for six months. The procurement method utilised is an Open procedure, and bidders were required to submit their proposals via the Public Contracts Scotland - Tender portal, with self-certification of compliance to conditions of participation necessary before the award.

This tender presents significant opportunities for companies specialising in audio-visual software and digital content solutions, particularly those with expertise in creating engaging public-facing displays for museums. Businesses that have experience working with cultural institutions or visitor centres, and can demonstrate a strong portfolio of similar projects, would be well-suited to compete. Furthermore, companies that are part of a group can leverage parent company guarantees to meet financial requirements, enhancing their chances of success in this procurement process.

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

Burrell Collection Audio Visual Software and Digital Content

Notice Description

Glasgow City Council invites tenders for the Burrell Collection Audio Visual Software and Digital Content for the Burrell Museum. The contract is expected to run for 6 months. This requirement is not divided into Lots as the package of works is of a similar nature and can be provided by one supplier. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the SPD in PCS-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this Contract Notice when completing the SPD in PCS-T.

Lot Information

Lot 1

Burrell Collection AV Software and Digital Content To deliver complete content solutions for a diverse suite of public-facing display points for the Museum, and the Digital Management System that will manage and populate these display points. The Burrell Collection will be interpreted through a story-display approach that will reveal the diverse lives of individuals and communities associated with the objects and the issues and challenges faced in their lifetime. The contract consists of 9 elements and the supplier will require to: - Develop and deliver all content and scripting as per individual briefs - Supply of all final content and associated elements in a manner that is fully compatible with associated playback hardware and the Project's Digital Management System - Development of each of these items to be robust and reliable in both the physical and software / hardware environments within which they will be deployed - Development of each of these items to be simple to maintain, post-deployment - Delivery of work-in-progress versions of final deliverables that can be tested with target audiences - Meet all relevant programme dates and deliverables, including software, content and technical specifications for the client and for other contractors. Please note: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000652230
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL421105
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
PCS Notice - Website 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

48 - Software package and information systems


CPV Codes

48100000 - Industry specific software package

Notice Value(s)

Tender Value
£170,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£165,000 £100K-£500K

Notice Dates

Publication Date
13 Jul 20214 years ago
Submission Deadline
20 May 2021Expired
Future Notice Date
Not specified
Award Date
28 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
GLASGOW CITY COUNCIL
Contact Name
Kara Gillen, Lindsay McGibbon
Contact Email
kara.gillen@glasgow.gov.uk, lindsay.mcgibbon@glasgow.gov.uk
Contact Phone
+44 1412876964, +44 7385392148

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

THE ISO ORGANISATION

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY413790
    Burrell Collection Audio Visual Software and Digital Content - Glasgow City Council invites tenders for the Burrell Collection Audio Visual Software and Digital Content for the Burrell Museum. The contract is expected to run for 6 months. This requirement is not divided into Lots as the package of works is of a similar nature and can be provided by one supplier. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the SPD in PCS-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this Contract Notice when completing the SPD in PCS-T.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL421105
    Burrell Collection Audio Visual Software and Digital Content - Glasgow City Council invites tenders for the Burrell Collection Audio Visual Software and Digital Content for the Burrell Museum. The contract is expected to run for 6 months. This requirement is not divided into Lots as the package of works is of a similar nature and can be provided by one supplier. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the SPD in PCS-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this Contract Notice when completing the SPD in PCS-T.

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-r6ebe6-0000652230-2021-07-13T00:00:00Z",
    "date": "2021-07-13T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000652230",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-167",
            "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": "Lindsay McGibbon",
                "email": "Lindsay.McGibbon@glasgow.gov.uk",
                "telephone": "+44 1412876964",
                "url": "http://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.glasgow.gov.uk"
            }
        },
        {
            "id": "org-17",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Clerk's Office, PO Box 23,1 Carlton Plac",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-1",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Corporate Procurement Unit, 40 John St",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "name": "Kara Gillen",
                "email": "Kara.Gillen@glasgow.gov.uk",
                "telephone": "+44 7385392148",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Regional or local agency/office",
                        "scheme": "TED_CA_TYPE"
                    }
                ],
                "url": "http://www.glasgow.gov.uk"
            }
        },
        {
            "id": "org-299",
            "name": "The ISO Organisation Ltd",
            "identifier": {
                "legalName": "The ISO Organisation Ltd"
            },
            "address": {
                "streetAddress": "65 Virginia Street",
                "locality": "glasgow",
                "region": "UKM82",
                "postalCode": "G11TS"
            },
            "contactPoint": {
                "telephone": "+44 1415729150"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-4",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "PO Box 23 1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-1"
    },
    "tender": {
        "id": "GCC005286CPU",
        "title": "Burrell Collection Audio Visual Software and Digital Content",
        "description": "Glasgow City Council invites tenders for the Burrell Collection Audio Visual Software and Digital Content for the Burrell Museum. The contract is expected to run for 6 months. This requirement is not divided into Lots as the package of works is of a similar nature and can be provided by one supplier. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the SPD in PCS-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this Contract Notice when completing the SPD in PCS-T.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "48100000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "UK, Glasgow"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 170000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2021-05-20T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2021-05-20T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAY413790",
                "documentType": "contractNotice",
                "title": "Burrell Collection Audio Visual Software and Digital Content",
                "description": "Glasgow City Council invites tenders for the Burrell Collection Audio Visual Software and Digital Content for the Burrell Museum. The contract is expected to run for 6 months. This requirement is not divided into Lots as the package of works is of a similar nature and can be provided by one supplier. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the SPD in PCS-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this Contract Notice when completing the SPD in PCS-T.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY413790",
                "format": "text/html"
            },
            {
                "id": "JUL421105",
                "documentType": "awardNotice",
                "title": "Burrell Collection Audio Visual Software and Digital Content",
                "description": "Glasgow City Council invites tenders for the Burrell Collection Audio Visual Software and Digital Content for the Burrell Museum. The contract is expected to run for 6 months. This requirement is not divided into Lots as the package of works is of a similar nature and can be provided by one supplier. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the SPD in PCS-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this Contract Notice when completing the SPD in PCS-T.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL421105",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Burrell Collection AV Software and Digital Content To deliver complete content solutions for a diverse suite of public-facing display points for the Museum, and the Digital Management System that will manage and populate these display points. The Burrell Collection will be interpreted through a story-display approach that will reveal the diverse lives of individuals and communities associated with the objects and the issues and challenges faced in their lifetime. The contract consists of 9 elements and the supplier will require to: - Develop and deliver all content and scripting as per individual briefs - Supply of all final content and associated elements in a manner that is fully compatible with associated playback hardware and the Project's Digital Management System - Development of each of these items to be robust and reliable in both the physical and software / hardware environments within which they will be deployed - Development of each of these items to be simple to maintain, post-deployment - Delivery of work-in-progress versions of final deliverables that can be tested with target audiences - Meet all relevant programme dates and deliverables, including software, content and technical specifications for the client and for other contractors. Please note: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 180
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2021-05-20T12:00:00Z",
            "address": {
                "streetAddress": "UK, Glasgow"
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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": "FINANCIAL Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:- There is a minimum financial requirement that affects trading performance and balance sheet strength should be calculated on latest filed accounts with Companies House. Trading Performance 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 at the time of evaluation and organisation must not be subject to an insolvency process. Intangibles can be included for purposes of the Total Assets figure. The above would be expressed in the ratio Total Assets/Total Liabilities. Bidders who have been trading for less that the 3 years noted above must provide evidence that they are complying with the above minimum financial requirement for the period in which they have been trading. Bidders who do not comply with the above financial requirement but are part of a Group, can provide a Parent Company Guarantee if the Parent company satisfies the financial requirements stipulated above. Glasgow City Council also requires assurance regarding current liquidity of the bidding company. The bidder may provide a Letter of Comfort from its own back to satisfy the above financial requirement. Glasgow City Council would also be prepared to consider other documentation that provided evidence the bidder has adequate financial resources to under the contract. The Council reserves the right at its own discretion to seek such other information from the Bidder in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing.",
                    "minimum": "INSURANCES All insurance figures are reviewable by Glasgow City Council for each project being tendered. Glasgow City Council will make the final decision on the level required for each project. There may be an option to require a lower level of insurance cover depending on the risk involved however all changes to the standard insurance requirements must be approved in advance by Financial Services (Insurance Section). Glasgow City Council's Insurance Requirements are: Bidder shall take out and maintain, throughout the period of the contract, Employer's Liability insurance to the value of at least TEN MILLION (10,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period. Bidder shall take out and maintain, throughout the period of the contract, Public Liability insurance to the value of at least FIVE MILLION (5,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period. Bidder shall take out and maintain throughout the period of their services and for a further 6 years on completion of their service, Professional Indemnity insurance to the value of a minimum ONE MILLION (1,000,000) POUNDS STERLING in respect of any one claim and in the aggregate. Policies should contain an indemnity to principal clause. The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for other EU member states by the council and any organisation shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless the council agrees otherwise. It is the express responsibility of the lead organisation to ensure this is the case. Should the Bidder not have the specified insurances at the time of tendering then, the Bidder must certify in their response to this ITT that the specified insurance will be obtained. If the Bidder does not have the specified insurances or not certify an undertaking to do so, this WILL result in the Bidder not being taken to the next stage in the evaluation process Confirmation of Insurances The Bidder is required to confirm that these levels of insurance would be in place should the Bidder be awarded this contract. All successful suppliers will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the supplier's insurance provider."
                },
                {
                    "type": "technical",
                    "description": "Please provide three examples of a similar size or value to the Burrell Collection, from either the public or private sector, where you have managed, developed, designed and delivered similar projects of a similar scale for comparable, public facing cultural institutions or visitor centres. We are allowing examples carried out during the last FIVE years instead of three years as stipulated in the online SPDS question, At least one example should be within the last 3 years and ideally, one example should be from the public sector. Relevant examples should indicate project value, project duration, brief project description and client contact details. Response to this question should not exceed 2000 words per example to be provided on A4, Arial font 11. Where a submission exceeds the maximum number of words indicated per example, no account will be taken of the words beyond the Maximum Word Count. For clarity, the word count will begin at the first word in the response (including any headings, titles and references to the section) and no consideration will be given to words after the limit has been exceeded. Please Note that this count includes all headers, titles and appendices. Figures and diagrams may be used to accompany text but should be restricted to one per section and not unduly use text. Weighting The weighting will be out of 100% with 33.33% attributed to each example (Example 3 has 33.34 attributed to it). A minimum pass mark of 60% out of 100% is required in total for this question. Any Bidder who fails to achieve the minimum score for this question will be excluded at this stage As part of your response please provide as a minimum the following: - name of the client, budget, programme duration & completion date - name(s) of key sub-contractors and / or specialist sub-contractors - A brief project description, together with the teams' role in its delivery; defining the key roles over the service provision. - Approach taken in delivery of the example project services. - Demonstration of successful management and implementation of the key contractor roles, comparable with those required on this commission, and identifying how project constraints and challenges were addressed, and how project objectives and aspirations were met.",
                    "minimum": "Please refer to the ITT document uploaded to the Buyers Attachment area in PCS-T"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "48100000",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "Re SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2 bidders must hold the certificates for Quality Control, and Environmental Management Standards or comply with all the questions noted in SPD Section 4D. Please refer to the 'SPD Statements' doc within the Invitation to Tender document. Health & Safety - bidders must complete and return the H&S questionnaire found in the Buyers Attachments area of the tender portal. Freedom of Information Act - Information on the FOI 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 FOI Certificate contained in the buyers attachments area within the PCS Tender portal (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 qualification they may wish to make conditional to this offer. Prompt Payment - The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any. Bidders will be required to complete the prompt payment certificate contained in the Buyers Attachments area within PCS Tender portal. Non - Collusion - Bidders will be required to complete the Non-Collusion certificate contained in the Buyers Attachments area within the tender portal. Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the supplier's insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Terms and Conditions are located within the Buyers Attachments area of the tender portal. Request for Documentation: Once the Evaluation of Price and Quality has been completed, the recommended Bidder will be expected to provide all documentation as specified in the SPD. When the Request for Documentation is made, Bidders must supply the relevant information within 5 working days. Failure to provide this information within the specified time may result in your bid being rejected and the Council proceeding with the procurement exercise to the next appropriate bidder. Additional information pertaining to this contract notice is contained within the Invitation To Tender documents and the SPD Statements document. Bidders must ensure they read these in line with this contract notice. (SC Ref:658801)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000652230"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000652230"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "GCC005286CPU",
            "suppliers": [
                {
                    "id": "org-299",
                    "name": "The ISO Organisation Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "GCC005286CPU",
            "awardID": "GCC005286CPU",
            "status": "active",
            "value": {
                "amount": 165000,
                "currency": "GBP"
            },
            "dateSigned": "2021-06-28T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "950",
                "measure": "bids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "951",
                "measure": "smeBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "952",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "953",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "954",
                "measure": "electronicBids",
                "value": 1,
                "relatedLot": "1"
            }
        ]
    }
}