Award

Stirling City Park and Rid Services (P1 & P2)

STIRLING COUNCIL

This public procurement record has 2 releases in its history.

Award

24 Mar 2022 at 00:00

Tender

29 Oct 2021 at 00:00

Summary of the contracting process

Stirling Council has recently completed a procurement process for the "Stirling City Park and Ride Services (P1 & P2)" contract, focusing on the transportation sector within the Stirling area, UK. This procurement was initiated through an open tender procedure, and it addressed the need for replacement bus service contracts for Castleview and Springkerse Park and Ride services. The procurement process culminated with the award of Lot 3, which is for Euro 5 vehicles, to Hunters Executive Coaches Ltd, with the contract value set at £1,242,871 and scheduled to run from 1 April 2022 to 31 March 2025, with potential extensions of up to 18 months. Interested businesses had until 1 December 2021 to submit their bids.

This tender presents a significant opportunity for businesses in the transport and logistics sectors, particularly those specialising in public transport services and vehicle provision. Companies capable of providing eco-friendly transport solutions, such as those that offer electric or hydrogen vehicles, are well-positioned to compete for future tenders, as the council expressed a preference for sustainable options. Suppliers should ensure they meet the specified quality and pricing criteria to maximise their chances of success in similar future bids.

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

Stirling City Park and Rid Services (P1 & P2)

Notice Description

Stirling Council are seeking suitably qualified and experienced service providers for the replacement of the bus service contracts for both Castleview and Springkerse Park and Ride services.

Lot Information

Lot 1 - Electric/Hydrogen

Stirling Council are seeking suitably qualified and experienced service providers with the purchase of services for the replacement of the bus service contracts for both Castleview and Springkerse Park and Ride services.(Routes P1 & P2) This contract will be evaluated in the form of three Lots, and will be awarded to one lot only depending on the engine type of the operating vehicles proposed- Lot 1 - Electric/Hydrogen Lot 2 - Euro 6 Lot 3 - Euro 5 Following technical/quality evaluation (as stated above) Stirling Council reserves the right to and intends to score the Lots in order of preference (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, Lot 3 Euro 5), with the outcome dependent on budgetary constraints. For example, if the bids for an electric/hydrogen vehicle are within budgetary constraints, the contract will be awarded on the basis of the winning bid. If the bids for an electric/hydrogen vehicle were not within budgetary constraints, bids for the use of Euro 6 vehicles will be considered and awarded if within budget, and so on. Bidders may submit bids for any/all Lot(s) in which they are interested (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, and Lot 3 - Euro 5). Both routes (P1 and P2) will be awarded to a single operator and bids submitted as part of the Pricing Schedule should reflect this - submitted prices should include operation of both P1 and P2 routes.

Renewal: 3 x 6 month extensions at the sole discretion of the Council

Lot 2 - Euro 6

Stirling Council are seeking suitably qualified and experienced service providers with the purchase of services for the replacement of the bus service contracts for both Castleview and Springkerse Park and Ride services.(Routes P1 & P2) This contract will be evaluated in the form of three Lots, and will be awarded to one lot only depending on the engine type of the operating vehicles proposed- Lot 1 - Electric/Hydrogen Lot 2 - Euro 6 Lot 3 - Euro 5 Following technical/quality evaluation (as stated above) Stirling Council reserves the right to and intends to score the Lots in order of preference (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, Lot 3 Euro 5), with the outcome dependent on budgetary constraints. For example, if the bids for an electric/hydrogen vehicle are within budgetary constraints, the contract will be awarded on the basis of the winning bid. If the bids for an electric/hydrogen vehicle were not within budgetary constraints, bids for the use of Euro 6 vehicles will be considered and awarded if within budget, and so on. Bidders may submit bids for any/all Lot(s) in which they are interested (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, and Lot 3 - Euro 5). Both routes (P1 and P2) will be awarded to a single operator and bids submitted as part of the Pricing Schedule should reflect this - submitted prices should include operation of both P1 and P2 routes.

Renewal: 3 x 6 month extensions at the sole discretion of the Council

Lot 3 - Euro 5

Stirling Council are seeking suitably qualified and experienced service providers with the purchase of services for the replacement of the bus service contracts for both Castleview and Springkerse Park and Ride services.(Routes P1 & P2) This contract will be evaluated in the form of three Lots, and will be awarded to one lot only depending on the engine type of the operating vehicles proposed- Lot 1 - Electric/Hydrogen Lot 2 - Euro 6 Lot 3 - Euro 5 Following technical/quality evaluation (as stated above) Stirling Council reserves the right to and intends to score the Lots in order of preference (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, Lot 3 Euro 5), with the outcome dependent on budgetary constraints. For example, if the bids for an electric/hydrogen vehicle are within budgetary constraints, the contract will be awarded on the basis of the winning bid. If the bids for an electric/hydrogen vehicle were not within budgetary constraints, bids for the use of Euro 6 vehicles will be considered and awarded if within budget, and so on. Bidders may submit bids for any/all Lot(s) in which they are interested (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, and Lot 3 - Euro 5). Both routes (P1 and P2) will be awarded to a single operator and bids submitted as part of the Pricing Schedule should reflect this - submitted prices should include operation of both P1 and P2 routes.

Renewal: 3 x 6 months at the sole discretion of the Council

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000661456
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR444361
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

60 - Transport services (excl. Waste transport)


CPV Codes

34121100 - Public-service buses

60170000 - Hire of passenger transport vehicles with driver

Notice Value(s)

Tender Value
£1,365,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£1,242,871 £1M-£10M

Notice Dates

Publication Date
24 Mar 20223 years ago
Submission Deadline
1 Dec 2021Expired
Future Notice Date
Not specified
Award Date
8 Mar 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
This is dependant if 6 month extension periods are accepted, therefore tender process may take place either 2023 or 2024

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
STIRLING COUNCIL
Contact Name
Not specified
Contact Email
procurement@stirling.gov.uk
Contact Phone
+44 1786233384

Buyer Location

Locality
STIRLING
Postcode
FK8 2ET
Post Town
Falkirk and Stirling
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM0 Eastern Scotland
Small Region (ITL 3)
TLM02 Perth and Kinross, and Stirling
Delivery Location
TLM77 Perth and Kinross, and Stirling

Local Authority
Stirling
Electoral Ward
Stirling West
Westminster Constituency
Stirling and Strathallan

Supplier Information

Number of Suppliers
1
Supplier Name

HUNTERS EXECUTIVE COACHES

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-r6ebe6-0000661456-2022-03-24T00:00:00Z",
    "date": "2022-03-24T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000661456",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-3",
            "name": "Stirling Council",
            "identifier": {
                "legalName": "Stirling Council"
            },
            "address": {
                "streetAddress": "Strategic Commissioning, Old Viewforth",
                "locality": "Stirling",
                "region": "UKM77",
                "postalCode": "FK8 2ET"
            },
            "contactPoint": {
                "email": "procurement@stirling.gov.uk",
                "telephone": "+44 1786233384",
                "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.stirling.gov.uk"
            }
        },
        {
            "id": "org-4",
            "name": "Stirling Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Stirling Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "locality": "Stirling"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-84",
            "name": "Stirling Council",
            "identifier": {
                "legalName": "Stirling Council"
            },
            "address": {
                "streetAddress": "Strategic Commissioning, Old Viewforth",
                "locality": "Stirling",
                "region": "UKM77",
                "postalCode": "FK8 2ET"
            },
            "contactPoint": {
                "email": "procurement@stirling.gov.uk",
                "telephone": "+44 1786233384",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Works",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.stirling.gov.uk"
            }
        },
        {
            "id": "org-85",
            "name": "Hunters Executive Coaches ltd",
            "identifier": {
                "legalName": "Hunters Executive Coaches ltd"
            },
            "address": {
                "streetAddress": "Dumyat Business Park, Unit 7, Bond Street",
                "locality": "Tullibody",
                "region": "UK",
                "postalCode": "FK10 2PB"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-86",
            "name": "Stirling Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Stirling Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "locality": "Stirling"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Stirling Council",
        "id": "org-84"
    },
    "tender": {
        "id": "SC2021 0181",
        "title": "Stirling City Park and Rid Services (P1 & P2)",
        "description": "Stirling Council are seeking suitably qualified and experienced service providers for the replacement of the bus service contracts for both Castleview and Springkerse Park and Ride services.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "34121100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Sirling Area"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM77"
                    },
                    {
                        "region": "UKM77"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "34121100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Within the area of Stirling"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM77"
                    },
                    {
                        "region": "UKM77"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "id": "34121100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Stirling Area"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM77"
                    },
                    {
                        "region": "UKM77"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "value": {
            "amount": 1365000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2021-12-01T14:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2021-12-01T14:00:00Z"
        },
        "documents": [
            {
                "id": "OCT431611",
                "documentType": "contractNotice",
                "title": "Stirling City Park and Rid Services (P1 & P2)",
                "description": "Stirling Council are seeking suitably qualified and experienced service providers for the replacement of the bus service contracts for both Castleview and Springkerse Park and Ride services.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT431611",
                "format": "text/html"
            },
            {
                "id": "MAR444361",
                "documentType": "awardNotice",
                "title": "Stirling City Park and Rid Services (P1 & P2)",
                "description": "Stirling Council are seeking suitably qualified and experienced service providers for the replacement of the bus service contracts for both Castleview and Springkerse Park and Ride services.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR444361",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 - Electric/Hydrogen",
                "description": "Stirling Council are seeking suitably qualified and experienced service providers with the purchase of services for the replacement of the bus service contracts for both Castleview and Springkerse Park and Ride services.(Routes P1 & P2) This contract will be evaluated in the form of three Lots, and will be awarded to one lot only depending on the engine type of the operating vehicles proposed- Lot 1 - Electric/Hydrogen Lot 2 - Euro 6 Lot 3 - Euro 5 Following technical/quality evaluation (as stated above) Stirling Council reserves the right to and intends to score the Lots in order of preference (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, Lot 3 Euro 5), with the outcome dependent on budgetary constraints. For example, if the bids for an electric/hydrogen vehicle are within budgetary constraints, the contract will be awarded on the basis of the winning bid. If the bids for an electric/hydrogen vehicle were not within budgetary constraints, bids for the use of Euro 6 vehicles will be considered and awarded if within budget, and so on. Bidders may submit bids for any/all Lot(s) in which they are interested (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, and Lot 3 - Euro 5). Both routes (P1 and P2) will be awarded to a single operator and bids submitted as part of the Pricing Schedule should reflect this - submitted prices should include operation of both P1 and P2 routes.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Safe Service",
                            "description": "15%"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 540
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "3 x 6 month extensions at the sole discretion of the Council"
                }
            },
            {
                "id": "2",
                "title": "Lot 2 - Euro 6",
                "description": "Stirling Council are seeking suitably qualified and experienced service providers with the purchase of services for the replacement of the bus service contracts for both Castleview and Springkerse Park and Ride services.(Routes P1 & P2) This contract will be evaluated in the form of three Lots, and will be awarded to one lot only depending on the engine type of the operating vehicles proposed- Lot 1 - Electric/Hydrogen Lot 2 - Euro 6 Lot 3 - Euro 5 Following technical/quality evaluation (as stated above) Stirling Council reserves the right to and intends to score the Lots in order of preference (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, Lot 3 Euro 5), with the outcome dependent on budgetary constraints. For example, if the bids for an electric/hydrogen vehicle are within budgetary constraints, the contract will be awarded on the basis of the winning bid. If the bids for an electric/hydrogen vehicle were not within budgetary constraints, bids for the use of Euro 6 vehicles will be considered and awarded if within budget, and so on. Bidders may submit bids for any/all Lot(s) in which they are interested (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, and Lot 3 - Euro 5). Both routes (P1 and P2) will be awarded to a single operator and bids submitted as part of the Pricing Schedule should reflect this - submitted prices should include operation of both P1 and P2 routes.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Safe Service",
                            "description": "15%"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 540
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "3 x 6 month extensions at the sole discretion of the Council"
                }
            },
            {
                "id": "3",
                "title": "Lot 3 - Euro 5",
                "description": "Stirling Council are seeking suitably qualified and experienced service providers with the purchase of services for the replacement of the bus service contracts for both Castleview and Springkerse Park and Ride services.(Routes P1 & P2) This contract will be evaluated in the form of three Lots, and will be awarded to one lot only depending on the engine type of the operating vehicles proposed- Lot 1 - Electric/Hydrogen Lot 2 - Euro 6 Lot 3 - Euro 5 Following technical/quality evaluation (as stated above) Stirling Council reserves the right to and intends to score the Lots in order of preference (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, Lot 3 Euro 5), with the outcome dependent on budgetary constraints. For example, if the bids for an electric/hydrogen vehicle are within budgetary constraints, the contract will be awarded on the basis of the winning bid. If the bids for an electric/hydrogen vehicle were not within budgetary constraints, bids for the use of Euro 6 vehicles will be considered and awarded if within budget, and so on. Bidders may submit bids for any/all Lot(s) in which they are interested (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, and Lot 3 - Euro 5). Both routes (P1 and P2) will be awarded to a single operator and bids submitted as part of the Pricing Schedule should reflect this - submitted prices should include operation of both P1 and P2 routes.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Safe Service",
                            "description": "15%"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 540
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "3 x 6 months at the sole discretion of the Council"
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "bidOpening": {
            "date": "2021-12-01T14:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Refer to tender documentation"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "All bidders must hold - Standard Public Service Vehicle (PSV) Operator Licence including those listed within tender documents"
                },
                {
                    "type": "economic",
                    "description": "List and brief description of selection criteria: Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: a.Employers (Compulsory) Liability Insurance - 10m GBP b. Public Liability Insurance - 5m GBP c. Professional Indemnity - 2m GBP d. Products Liability - 5m GBP e. Vehicle Insurance - covered for Hire and Reward Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition. Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition. Tenderers will be required provide the following information in response to 4B.4: Liquidity ratio for Current Year 2021 Liquidity ratio for Prior Year: 2020 The formula for calculating a Tenderer's liquidity ratio is (current assets - stock or work in progress) divided by current liabilities. This is commonly known as the 'Acid Test Ratio'. The acceptable range for each financial ratio is greater than 0.8. Where a Tenderer's Liquidity ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Tenderers are required to have a minimum \"general\" annual turnover of 1.4m GBP for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Where this information is not available due to a new company being established a business plan should be provided demonstrating how the organisation will meet the annual turnover requirement."
                },
                {
                    "type": "technical",
                    "description": "Tenderers must provide 2 relevant examples of service contracts the've carried out within the past 3 years"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "60170000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "This is dependant if 6 month extension periods are accepted, therefore tender process may take place either 2023 or 2024"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "While there were three Lots, only one contract was awarded as a result of this procurement exercise. The Lots were ranked and the contract was awarded to the highest Lot to the most economically advantageous tender where there is a compliant submission within the stated budget. The Lots are differentiated by the engine type of the vehicles proposed: Lot 1 - Electric/Hydrogen Lot 2 - Euro 6 Lot 3 - Euro 5 Lots were ranked and the contract will be awarded to the highest Lot to the most economically advantageous tender where there is a compliant submission within the stated budget. Bidders were asked to submit bids for any/all Lot(s) in which they are interested - (Lot 1 - Electric/Hydrogen, Lot 2 - Euro 6, and Lot 3 - Euro 5). Lot 3 came in within budget and therefore awarded this Lot which will provide the service with Euro 5 Vehicles. Contract will commence - 1 April 2022 to 31 March 2025 (18 month contract with 3 optional 6 month extensions at the sole discretion of the Council). (SC Ref:687569)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000661456"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000661456"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "SC2021 0181-1",
            "title": "Lot 3 - Euro 5",
            "suppliers": [
                {
                    "id": "org-85",
                    "name": "Hunters Executive Coaches ltd"
                }
            ],
            "relatedLots": [
                "3"
            ]
        }
    ],
    "contracts": [
        {
            "id": "SC2021 0181-1",
            "awardID": "SC2021 0181-1",
            "title": "Lot 3 - Euro 5",
            "status": "active",
            "value": {
                "amount": 1242871,
                "currency": "GBP"
            },
            "dateSigned": "2022-03-08T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2021/S 000-027227"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "184",
                "measure": "bids",
                "value": 1,
                "relatedLot": "3"
            },
            {
                "id": "185",
                "measure": "smeBids",
                "value": 1,
                "relatedLot": "3"
            },
            {
                "id": "186",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "3"
            },
            {
                "id": "187",
                "measure": "foreignBidsFromNonEU",
                "value": 1,
                "relatedLot": "3"
            },
            {
                "id": "188",
                "measure": "electronicBids",
                "value": 1,
                "relatedLot": "3"
            }
        ]
    }
}