Award

BEMS (Building Energy Management System) Servicing & Maintenance

NORTH LANARKSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

21 Dec 2022 at 00:00

Tender

05 Aug 2022 at 00:00

Summary of the contracting process

The North Lanarkshire Council has recently awarded a contract for the provision of BEMS (Building Energy Management System) Servicing & Maintenance. The procurement process was initiated through a tender, and the title of the contract is "BEMS (Building Energy Management System) Servicing & Maintenance." The Council is the buying organisation, and the industry category is services. The procurement stage is in the award phase, with a contract value of 825,000.00 GBP. The contract was signed on December 21, 2022, and is active. The location of the contract is in Motherwell, UKM84.

This tender presents opportunities for business growth, particularly for SMEs in the services sector. Businesses with expertise in building energy management systems, servicing, and maintenance would be well-suited to compete. The procurement method used is an open procedure, providing a fair chance for various businesses to participate. The contract involves the servicing and maintenance of existing BEMS networks, including the provision of support for existing systems and potential new installations, offering a substantial opportunity for qualified businesses in the maintenance and energy management field.

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

BEMS (Building Energy Management System) Servicing & Maintenance

Notice Description

The Council has a requirement to service and maintain its existing suite of BEMS (Building Energy Management Systems). The work includes the provision of servicing & maintenance support to cover the Council's BEMS network, including Active & Creative Communities properties, to include the existing 156 systems that are currently in operation throughout various sites within the Council's corporate portfolio, including schools, office accommodation, and community & leisure centres. The requirement will also cover a proposal for 6 new systems that the Council intends to procure over the coming years, along with any other new installs within the contract period as well as a phased programme of upgrading a number of older IQ1 and IQ2 controllers to current IQ4. Upgrades and maintenance of Trend System Engineering Tool and front-end software will be required, including any future front-end software installations. The service will also include scheduled on-site maintenance visits and 24/7 off-site response and support.

Lot Information

Lot 1

The work includes the provision of servicing & maintenance support to cover the Council's BEMS network, including Active & Creative Communities properties, to include the existing 156 systems that are currently in operation throughout various sites within the Council's corporate portfolio, including schools, office accommodation, and community & leisure centres. The requirement will also cover a proposal for 6 new systems that the Council intends to procure over the coming years, along with any other new installs within the contract period as well as a phased programme of upgrading a number of older IQ1 and IQ2 controllers to current IQ4. Upgrades and maintenance of Trend System Engineering Tool and front-end software will be required, including any future front-end software installations. The service will also include scheduled on-site maintenance visits and 24/7 off-site response and support.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Renewal: The Council intends to include optional extension periods no less than three months each with a maximum 12 month extension period which can be utilised should circumstances arise that such an extension is required.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000702031
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC467545
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

71 - Architectural, construction, engineering and inspection services


CPV Codes

71314200 - Energy-management services

Notice Value(s)

Tender Value
£825,000 £500K-£1M
Lots Value
£825,000 £500K-£1M
Awards Value
Not specified
Contracts Value
£825,000 £500K-£1M

Notice Dates

Publication Date
21 Dec 20223 years ago
Submission Deadline
9 Sep 2022Expired
Future Notice Date
Not specified
Award Date
21 Dec 20223 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
stewartpa@northlan.gov.uk
Contact Phone
Not specified

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

CHARTWELL CONTROLS

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG455662
    BEMS (Building Energy Management System) Servicing & Maintenance - The Council has a requirement to service and maintain its existing suite of BEMS (Building Energy Management Systems). The work includes the provision of servicing & maintenance support to cover the Council's BEMS network, including Active & Creative Communities properties, to include the existing 156 systems that are currently in operation throughout various sites within the Council's corporate portfolio, including schools, office accommodation, and community & leisure centres. The requirement will also cover a proposal for 6 new systems that the Council intends to procure over the coming years, along with any other new installs within the contract period as well as a phased programme of upgrading a number of older IQ1 and IQ2 controllers to current IQ4. Upgrades and maintenance of Trend System Engineering Tool and front-end software will be required, including any future front-end software installations. The service will also include scheduled on-site maintenance visits and 24/7 off-site response and support.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC467545
    BEMS (Building Energy Management System) Servicing & Maintenance - The Council has a requirement to service and maintain its existing suite of BEMS (Building Energy Management Systems). The work includes the provision of servicing & maintenance support to cover the Council's BEMS network, including Active & Creative Communities properties, to include the existing 156 systems that are currently in operation throughout various sites within the Council's corporate portfolio, including schools, office accommodation, and community & leisure centres. The requirement will also cover a proposal for 6 new systems that the Council intends to procure over the coming years, along with any other new installs within the contract period as well as a phased programme of upgrading a number of older IQ1 and IQ2 controllers to current IQ4. Upgrades and maintenance of Trend System Engineering Tool and front-end software will be required, including any future front-end software installations. The service will also include scheduled on-site maintenance visits and 24/7 off-site response and support.

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-r6ebe6-0000702031-2022-12-21T00:00:00Z",
    "date": "2022-12-21T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000702031",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-103",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "email": "stewartpa@northlan.gov.uk",
                "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.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-74",
            "name": "Scottish Courts",
            "identifier": {
                "legalName": "Scottish Courts"
            },
            "address": {
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-56",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "email": "stewartpa@northlan.gov.uk",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-57",
            "name": "Chartwell Controls",
            "identifier": {
                "legalName": "Chartwell Controls"
            },
            "address": {
                "streetAddress": "New Alderston House, 3, Dove Wynd, Strathclyde Business Park",
                "locality": "Bellshill",
                "region": "UKM",
                "postalCode": "ML4 3FB"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-58",
            "name": "Scottish Courts",
            "identifier": {
                "legalName": "Scottish Courts"
            },
            "address": {
                "locality": "Edinburgh"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "North Lanarkshire Council",
        "id": "org-56"
    },
    "tender": {
        "id": "NLC-CPT-22-053",
        "title": "BEMS (Building Energy Management System) Servicing & Maintenance",
        "description": "The Council has a requirement to service and maintain its existing suite of BEMS (Building Energy Management Systems). The work includes the provision of servicing & maintenance support to cover the Council's BEMS network, including Active & Creative Communities properties, to include the existing 156 systems that are currently in operation throughout various sites within the Council's corporate portfolio, including schools, office accommodation, and community & leisure centres. The requirement will also cover a proposal for 6 new systems that the Council intends to procure over the coming years, along with any other new installs within the contract period as well as a phased programme of upgrading a number of older IQ1 and IQ2 controllers to current IQ4. Upgrades and maintenance of Trend System Engineering Tool and front-end software will be required, including any future front-end software installations. The service will also include scheduled on-site maintenance visits and 24/7 off-site response and support.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "71314200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 825000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2022-09-09T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2022-09-09T12:00:00Z"
        },
        "documents": [
            {
                "id": "AUG455662",
                "documentType": "contractNotice",
                "title": "BEMS (Building Energy Management System) Servicing & Maintenance",
                "description": "The Council has a requirement to service and maintain its existing suite of BEMS (Building Energy Management Systems). The work includes the provision of servicing & maintenance support to cover the Council's BEMS network, including Active & Creative Communities properties, to include the existing 156 systems that are currently in operation throughout various sites within the Council's corporate portfolio, including schools, office accommodation, and community & leisure centres. The requirement will also cover a proposal for 6 new systems that the Council intends to procure over the coming years, along with any other new installs within the contract period as well as a phased programme of upgrading a number of older IQ1 and IQ2 controllers to current IQ4. Upgrades and maintenance of Trend System Engineering Tool and front-end software will be required, including any future front-end software installations. The service will also include scheduled on-site maintenance visits and 24/7 off-site response and support.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG455662",
                "format": "text/html"
            },
            {
                "id": "DEC467545",
                "documentType": "awardNotice",
                "title": "BEMS (Building Energy Management System) Servicing & Maintenance",
                "description": "The Council has a requirement to service and maintain its existing suite of BEMS (Building Energy Management Systems). The work includes the provision of servicing & maintenance support to cover the Council's BEMS network, including Active & Creative Communities properties, to include the existing 156 systems that are currently in operation throughout various sites within the Council's corporate portfolio, including schools, office accommodation, and community & leisure centres. The requirement will also cover a proposal for 6 new systems that the Council intends to procure over the coming years, along with any other new installs within the contract period as well as a phased programme of upgrading a number of older IQ1 and IQ2 controllers to current IQ4. Upgrades and maintenance of Trend System Engineering Tool and front-end software will be required, including any future front-end software installations. The service will also include scheduled on-site maintenance visits and 24/7 off-site response and support.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC467545",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The work includes the provision of servicing & maintenance support to cover the Council's BEMS network, including Active & Creative Communities properties, to include the existing 156 systems that are currently in operation throughout various sites within the Council's corporate portfolio, including schools, office accommodation, and community & leisure centres. The requirement will also cover a proposal for 6 new systems that the Council intends to procure over the coming years, along with any other new installs within the contract period as well as a phased programme of upgrading a number of older IQ1 and IQ2 controllers to current IQ4. Upgrades and maintenance of Trend System Engineering Tool and front-end software will be required, including any future front-end software installations. The service will also include scheduled on-site maintenance visits and 24/7 off-site response and support.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "value": {
                    "amount": 825000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Council intends to include optional extension periods no less than three months each with a maximum 12 month extension period which can be utilised should circumstances arise that such an extension is required."
                }
            }
        ],
        "bidOpening": {
            "date": "2022-09-09T12:00:00Z"
        },
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Further information is contained within the tender document suite and can be downloaded from the additional documentation area with the PCS-T portal."
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "SPDS 4A.2 - Is it a requirement in the bidder's country of establishment to hold a particular authorisation or membership of a particular organisation needed in order to be able to perform the service in question? . SPDS 4A.2 - Within the Qualification Envelope, bidders should confirm whether or not they are required to hold a particular authorisation or membership of a particular organisation and provide information relating to this. Bidders not required to be hold a particular authorisation or membership of a particular organisation should detail why they are exempt. Bidders unable to meet the Councils minimum requirements may be assessed as a FAIL and be excluded from the Procurement"
                },
                {
                    "type": "economic",
                    "description": "SPD Selection Criteria Section, question Section B, Part IV, Economic and Financial Standing, the following questions: 4B.4, 4B.4.1, 4B.5.1, 4B.5.2 and 4B.5.3.",
                    "minimum": "4B.4 - Bidders will be required to state the value(s) for the following financial ratio: Acid Test ratio of 1.00 and above. The acceptable range for Acid Test financial ratio is the bidders most recent financial year where fully audited accounts are available. The Acid Test financial ratio will be calculated as follows: Liquid Assets (Cash and Cash Equivalents + Marketable Securities + Accounts Receivable) / Current Liabilities 4B.4.1 - If the relevant documentation is available electronically, please indicate. 4B.5.1 - Candidates must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 1) Employer's (Compulsory) Liability Insurance: 10,000,000 GBP each and every claim. http://www.hse.gov.uk/pubns/hse40.pdf 4B.5.2 - Candidates must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 1) Public Liability Insurance: 5,000,000 GBP each and every claim; 2) Product Liability Insurance: 5,000,000 GBP on an annual aggregate basis. 4B.5.3 - If the relevant documentation is available electronically, please indicate. Candidates that are unable to meet all of the minimum level(s) of standards required for questions 4B.4, 4B.4.1, 4B.5.1, 4B.5.2 and 4B.5.3 in Section B, Part IV, Economic and Financial Standing of the SPD, will be assessed as a FAIL and will be excluded from the competition, unless the following information is provided as part of their tender: 1) an SPD submission from a Parent Company (or Ultimate Parent Company) who can meet all the above minimum requirements; and 2) a declaration that the Parent Company (or Ultimate Parent Company) is prepared to provide a Parent Company Guarantee (PCG) in the form determined by the Council to cover the duration of the proposed Contract, including the available extension period."
                },
                {
                    "type": "technical",
                    "description": "SPD (Scotland) 4C.1.2 - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice. --- SPD (Scotland) 4C.4 - Bidders will be required to provide a statement of the relevant supply chain management and/or tracking systems used to ensure a resilient and sustainable supply chain. --- SPD (Scotland) 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the Contract. --- SPD (Scotland) 4D.1 - Full details of the selection criteria in regards to Health and Safety is located within attachment VI.3 Additional Information - Part 4D1 & 2 contained within the PCS-T System. --- SPD (Scotland) 4D.2 - Full details of the selection criteria in regards to Health and Safety is located within attachment VI.3 Additional Information - Part 4D1 & 2 contained within the PCS-T System.",
                    "minimum": "SPD (Scotland) 4C.1.2 - Bidders should provide a minimum of two (2) examples of contractual arrangements they have held over the past three (3) years which best demonstrates their relevant experience to deliver requirements within the Contract which were similar in regards to scope, scale and duration. Within the Qualification Envelope, the bidder should provide a minimum of two (2) examples fully inclusive of the name of the contractual arrangement, a brief description of the requirements, the duration of the contractual arrangement (including start and end dates (month/ year) and the overall value. Bidders who fail to provide suitable examples may be assessed as a FAIL and be excluded from the Procurement. --- SPD (Scotland) 4C.4 - Bidders shall be required to provide a statement of the relevant supply chain management and/or tracking systems used to ensure a resilient and sustainable supply chain. Bidders are required to confirm their compliance and be able to provide the appropriate documentation. --- SPD (Scotland) 4C.10 - Bidders should confirm whether they intend to subcontract any part of the Contract and if so, what proportion will be sub-contracted. Bidders who fail to demonstrate the percentage of works to be sub-contracted may be assessed as a FAIL and be excluded from the Procurement. --- SPD (Scotland) 4D.1 - Full details of the selection criteria in regards to Health and Safety is located within attachment VI.3 Additional Information - Part 4D1 & 2 contained within the PCS-T System. --- SPD (Scotland) 4D.2 - Full details of the selection criteria in regards to Health and Safety is located within attachment VI.3 Additional Information - Part 4D1 & 2 contained within the PCS-T System. --- SPD (Scotland) 4C.1, 4C.4, 4D.1 and 4D.2 will be assessed on a Pass /Fail basis. SPD (Scotland) 4C.10 is for information only and will not be assessed however failure to complete may result in a fail being applied. Any sub-contractors identified may be required to provide a separate SPD (SCOTLAND). Further information on the minimum requirements and full assessment criteria for Parts 4D of the SPD (Scotland) is located within attachment VI.3 Additional Information - Part 4D1 & 2 contained within the PCS-T System."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "71314200",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "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."
    },
    "language": "EN",
    "description": "Part II - Information Concerning the Bidder A: Information About the Bidder; B: Information About Representatives of the Bidder; C: Information About Reliance on the Capacities of Other Entities; and D: Information Concerning Sub-contractors on Whose Capacity the Bidder Does Not Rely. Minimum level(s) of standards required: The information required in Part II of the SPD (Scotland) is for information only and therefore will not be assessed however the Councils may choose not to select a Bidder that cannot provide basic company information. Bidders must ensure that they submit appropriate SPD (Scotland) completed by other members of the group, if they are bidding as part of a group, others on whose capacity they rely, and known subcontractors on whose capacity they do not rely on, to satisfy any aspect of the SPD (Scotland). Part VI - Concluding statements Minimum level(s) of standards required: Bidders unable to complete this part of the SPD (Scotland) may be excluded from the competition. All Tenderers should complete the Qualification, Technical and Commercial Envelopes within the PCS-T System as part of their Tender Late Tenders will not be considered under any circumstances. The Council will not provide additional notification to any Bidder of the rejection of a late Tender. For the avoidance of any doubt, automated messages confirming receipt of a Tender should not be taken to imply acceptance of it by the Council. The complete Tender (complete with SPD (Scotland)) should be submitted in accordance with the instructions given with the Form of Tender signed by an authorised representative i.e. company director or secretary (as registered within Companies House) or by a person authorised by the Bidder to do so. The Council reserves the right to exclude any unclear, erroneous, qualified and / or incomplete Tenders received. (SC Ref:717731)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000702031"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000702031"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "NLC-CPT-22-053-1",
            "suppliers": [
                {
                    "id": "org-57",
                    "name": "Chartwell Controls"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "NLC-CPT-22-053-1",
            "awardID": "NLC-CPT-22-053-1",
            "status": "active",
            "value": {
                "amount": 825000,
                "currency": "GBP"
            },
            "dateSigned": "2022-12-21T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2022/S 000-021538"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "156",
                "measure": "bids",
                "value": 6,
                "relatedLot": "1"
            },
            {
                "id": "157",
                "measure": "smeBids",
                "value": 6,
                "relatedLot": "1"
            },
            {
                "id": "158",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "159",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "160",
                "measure": "electronicBids",
                "value": 6,
                "relatedLot": "1"
            }
        ]
    }
}