Award

PROC 24-2625- E-learning training platform licences

SCOTTISH POLICE AUTHORITY

This public procurement record has 2 releases in its history.

Award

11 Dec 2024 at 00:00

Tender

19 Aug 2024 at 00:00

Summary of the contracting process

The Scottish Police Authority, based in Glasgow, has concluded an open procurement for an online training platform to support ICT technical specialists and support staff. This initiative, designated as "PROC 24-2625- E-learning training platform licences," encompasses the procurement of at least 354 licences for high-quality training content accessible via desktop and mobile devices. This procurement, classified under the public order and safety category, has been completed, with the contract awarded to LinkedIn Ireland Unlimited Company. The tender was initially announced on 19th August 2024, with a submission deadline on 18th September 2024, and the contract was signed on 1st November 2024. The project location is Dalmarnock, Glasgow, with a specified delivery region in the UK. The procurement adhered to the open procedure method.

This tender presents an excellent opportunity for businesses specialising in e-learning platforms and ICT training development. Companies that are accredited partners with Microsoft, Cisco, or Oracle, or have equivalent approvals, are particularly well-positioned to benefit. This project requires the provision of diverse training modules, including software development, cybersecurity, data science, and more, catering to different levels of proficiency. Businesses with a robust portfolio in ICT training solutions, particularly those offering comprehensive support across various devices, can expect significant growth prospects from such public procurement initiatives, enhancing their market presence and demonstrating capabilities in high-demand areas.

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

PROC 24-2625- E-learning training platform licences

Notice Description

The Authority has a requirement for an Online training platform to supply training for ICT technical specialists and ICT support staff, for access to a minimum of 354 licences providing a comprehensive portfolio of high-quality training content, with unlimited access over the term of the contract. Ideally include desktop and remote (handheld, android etc.) access. Ability to support development within existing and aspirational career paths. MANDATORY REQUIREMENT In order to ensure a compliant bid, all tenders must provide evidence that they are an official and/or accredited partner with (or have an equal equivalent) or approved to offer official training for at least one of the following; - Microsoft - Cisco - Oracle The training platform must include the following content as a minimum (not limited to) at varying learning levels from Beginner up to Advanced; - Data Science - Database Management - Dev Ops - IT Helpsdesk - Software Development - Artificial Intelligence (AI) - Web Development - Mobile Development - Cyber Security - Network and System Administration - Network Security - Data Analysis - Agile - Project Management - Team Management - Presentation Skills - Microsoft Software Packages - Power BI - SQL - Mental Health Support - Team Working - Cisco Supporting Material - Business Analysis - Active Directory - Firewalls - Linux - WAN - Network Switches - Routers - Systems security certified practitioner (SSCP)

Lot Information

Lot 1

Open tender (FTS)

Renewal: Contract will be renewed art the end of the contract period

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000775428
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC519990
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products

48 - Software package and information systems

80 - Education and training services


CPV Codes

39162000 - Educational equipment

48190000 - Educational software package

80000000 - Education and training services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£166,816 £100K-£500K

Notice Dates

Publication Date
11 Dec 20241 years ago
Submission Deadline
18 Sep 2024Expired
Future Notice Date
Not specified
Award Date
1 Nov 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Contract will be renewed at the end of the contract period

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
SCOTTISH POLICE AUTHORITY
Contact Name
Not specified
Contact Email
procurementtenders@scotland.police.uk
Contact Phone
+44 1786895668

Buyer Location

Locality
GLASGOW
Postcode
G51 1DZ
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
TLM Scotland

Local Authority
Glasgow City
Electoral Ward
Govan
Westminster Constituency
Glasgow South West

Supplier Information

Number of Suppliers
1
Supplier Name

LINKEDIN IRELAND

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG512366
    PROC 24-2625- E-learning training platform licences - The Authority has a requirement for an Online training platform to supply training for ICT technical specialists and ICT support staff, for access to 354 licences providing a comprehensive portfolio of high-quality training content, with unlimited access over the term of the contract. Ideally include desktop and remote (handheld, android etc.) access. Ability to support development within existing and aspirational career paths. MANDATORY REQUIREMENT In order to ensure a compliant bid, all tenders must provide evidence that they are an official and/or accredited partner with (or have an equal equivalent) or approved to offer official training for at least one of the following; - Microsoft - Cisco - Oracle The training platform must include the following content as a minimum (not limited to) at varying learning levels from Beginner up to Advanced; - Data Science - Database Management - Dev Ops - IT Helpsdesk - Software Development - Artificial Intelligence (AI) - Web Development - Mobile Development - Cyber Security - Network and System Administration - Network Security - Data Analysis - Agile - Project Management - Team Management - Presentation Skills - Microsoft Software Packages - Power BI - SQL - Mental Health Support - Team Working - Cisco Supporting Material - Business Analysis - Active Directory - Firewalls - Linux - WAN - Network Switches - Routers - Systems security certified practitioner (SSCP)
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC519990
    PROC 24-2625- E-learning training platform licences - The Authority has a requirement for an Online training platform to supply training for ICT technical specialists and ICT support staff, for access to a minimum of 354 licences providing a comprehensive portfolio of high-quality training content, with unlimited access over the term of the contract. Ideally include desktop and remote (handheld, android etc.) access. Ability to support development within existing and aspirational career paths. MANDATORY REQUIREMENT In order to ensure a compliant bid, all tenders must provide evidence that they are an official and/or accredited partner with (or have an equal equivalent) or approved to offer official training for at least one of the following; - Microsoft - Cisco - Oracle The training platform must include the following content as a minimum (not limited to) at varying learning levels from Beginner up to Advanced; - Data Science - Database Management - Dev Ops - IT Helpsdesk - Software Development - Artificial Intelligence (AI) - Web Development - Mobile Development - Cyber Security - Network and System Administration - Network Security - Data Analysis - Agile - Project Management - Team Management - Presentation Skills - Microsoft Software Packages - Power BI - SQL - Mental Health Support - Team Working - Cisco Supporting Material - Business Analysis - Active Directory - Firewalls - Linux - WAN - Network Switches - Routers - Systems security certified practitioner (SSCP)

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-r6ebe6-0000775428-2024-12-11T00:00:00Z",
    "date": "2024-12-11T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000775428",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-59",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G51 1DZ"
            },
            "contactPoint": {
                "email": "ProcurementTenders@scotland.police.uk",
                "telephone": "+44 1786895668",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=4acc5fc4-e9c2-429e-b7f9-b717d907d3c4"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "03",
                        "description": "Public order and safety",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.spa.police.uk"
            }
        },
        {
            "id": "org-6",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "locality": "Glasgow"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-159",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G51 1DZ"
            },
            "contactPoint": {
                "email": "ProcurementTenders@scotland.police.uk",
                "telephone": "+44 1786895668",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "03",
                        "description": "Public order and safety",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.spa.police.uk"
            }
        },
        {
            "id": "org-160",
            "name": "LinkedIn Ireland Unlimited Company",
            "identifier": {
                "legalName": "LinkedIn Ireland Unlimited Company"
            },
            "address": {
                "streetAddress": "Wilton Place, Dublin 2",
                "locality": "Dublin",
                "region": "IE061",
                "postalCode": "D2"
            },
            "contactPoint": {
                "telephone": "+353 868858571"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-38",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "locality": "Glasgow"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Scottish Police Authority",
        "id": "org-159"
    },
    "tender": {
        "id": "PROC 24-2625",
        "title": "PROC 24-2625- E-learning training platform licences",
        "description": "The Authority has a requirement for an Online training platform to supply training for ICT technical specialists and ICT support staff, for access to a minimum of 354 licences providing a comprehensive portfolio of high-quality training content, with unlimited access over the term of the contract. Ideally include desktop and remote (handheld, android etc.) access. Ability to support development within existing and aspirational career paths. MANDATORY REQUIREMENT In order to ensure a compliant bid, all tenders must provide evidence that they are an official and/or accredited partner with (or have an equal equivalent) or approved to offer official training for at least one of the following; - Microsoft - Cisco - Oracle The training platform must include the following content as a minimum (not limited to) at varying learning levels from Beginner up to Advanced; - Data Science - Database Management - Dev Ops - IT Helpsdesk - Software Development - Artificial Intelligence (AI) - Web Development - Mobile Development - Cyber Security - Network and System Administration - Network Security - Data Analysis - Agile - Project Management - Team Management - Presentation Skills - Microsoft Software Packages - Power BI - SQL - Mental Health Support - Team Working - Cisco Supporting Material - Business Analysis - Active Directory - Firewalls - Linux - WAN - Network Switches - Routers - Systems security certified practitioner (SSCP)",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "48190000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "80000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Dalmarnock, G40 4EH"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2024-09-18T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2024-09-18T12:00:00Z"
        },
        "documents": [
            {
                "id": "AUG512366",
                "documentType": "contractNotice",
                "title": "PROC 24-2625- E-learning training platform licences",
                "description": "The Authority has a requirement for an Online training platform to supply training for ICT technical specialists and ICT support staff, for access to 354 licences providing a comprehensive portfolio of high-quality training content, with unlimited access over the term of the contract. Ideally include desktop and remote (handheld, android etc.) access. Ability to support development within existing and aspirational career paths. MANDATORY REQUIREMENT In order to ensure a compliant bid, all tenders must provide evidence that they are an official and/or accredited partner with (or have an equal equivalent) or approved to offer official training for at least one of the following; - Microsoft - Cisco - Oracle The training platform must include the following content as a minimum (not limited to) at varying learning levels from Beginner up to Advanced; - Data Science - Database Management - Dev Ops - IT Helpsdesk - Software Development - Artificial Intelligence (AI) - Web Development - Mobile Development - Cyber Security - Network and System Administration - Network Security - Data Analysis - Agile - Project Management - Team Management - Presentation Skills - Microsoft Software Packages - Power BI - SQL - Mental Health Support - Team Working - Cisco Supporting Material - Business Analysis - Active Directory - Firewalls - Linux - WAN - Network Switches - Routers - Systems security certified practitioner (SSCP)",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG512366",
                "format": "text/html"
            },
            {
                "id": "DEC519990",
                "documentType": "awardNotice",
                "title": "PROC 24-2625- E-learning training platform licences",
                "description": "The Authority has a requirement for an Online training platform to supply training for ICT technical specialists and ICT support staff, for access to a minimum of 354 licences providing a comprehensive portfolio of high-quality training content, with unlimited access over the term of the contract. Ideally include desktop and remote (handheld, android etc.) access. Ability to support development within existing and aspirational career paths. MANDATORY REQUIREMENT In order to ensure a compliant bid, all tenders must provide evidence that they are an official and/or accredited partner with (or have an equal equivalent) or approved to offer official training for at least one of the following; - Microsoft - Cisco - Oracle The training platform must include the following content as a minimum (not limited to) at varying learning levels from Beginner up to Advanced; - Data Science - Database Management - Dev Ops - IT Helpsdesk - Software Development - Artificial Intelligence (AI) - Web Development - Mobile Development - Cyber Security - Network and System Administration - Network Security - Data Analysis - Agile - Project Management - Team Management - Presentation Skills - Microsoft Software Packages - Power BI - SQL - Mental Health Support - Team Working - Cisco Supporting Material - Business Analysis - Active Directory - Firewalls - Linux - WAN - Network Switches - Routers - Systems security certified practitioner (SSCP)",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC519990",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Open tender (FTS)",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Contract will be renewed art the end of the contract period"
                }
            }
        ],
        "bidOpening": {
            "date": "2024-09-18T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "During the period of the Contract Agreement, the Contractor shall monitor and measure their performance against the Key Performance Indicators (KPIs) detailed below: Quality - Category Weight (50%) Contract Outcome - 100% Cost - Category Weight (10%) Invoice Accuracy - 100% Service - Category Weight (40%) Communication - 40% Management Information - 60%"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "It is a requirement of this tender that if the Tenderer is UK based they must hold a valid registration with Companies House. Where the Tenderer is UK based but not registered at Companies House they must be able to verify to the SPA's satisfaction that they are trading from the address provided in the tender and under the company name given. Tenderers within the UK must confirm if they are registered under Companies House within this question."
                },
                {
                    "type": "economic",
                    "description": "It is a requirement of this Contract that Tenderers hold, or can commit to obtain prior to the commence of any subsequently awarded Contract, the items indicated below: SPD Question 4B5 Insurances Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies. Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Public Liability Insurance certificate. Product Liability Insurance = 5 million GBP in respect of each claim and in the aggregate. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate. It is a requirement of this Contract that Tenderers hold, or can commit to obtain prior to the commence of any subsequently awarded Contract, the items indicated below: SPD Question 4B5 Insurances Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies. Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Public Liability Insurance certificate. Product Liability Insurance = 5 million GBP in respect of each claim and in the aggregate. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate. SPD Question 4B6 Financial Standing: The Authority will access a Credit safe report for a Tenderers organisation and use the information contained within to assist with the assessment of the Tenderer's economic and financial standing. Tenders are asked to provide their company number within the SPD to allow the Authority to access a Credit Safe Report. Within such reports, the risk of business failure is expressed as a score of less than 30 (high risk of business failure). In the event that a company is determined to have a risk failure rating of 30 and below i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further. If you are successful in the award of this contract and your risk failure rating falls below 30 then the SPA reserve the right to remove you from this contract. It is the Contractor's responsibility to ensure that the information held by Credit Safe is accurate and up to date. For the avoidance of doubt, the SPA will request a report from Credit Safe following the closing date for the receipt of the Tenders to ensure that the most up to date information is used. Where you are not registered on credit safe e.g. charitable organisations or new start companies/ Sole Traders with less than 3 years trading history, discretionary powers are available to the Director of Finance to consider abbreviated accounts along with bankers references etc. Tenderers should be aware that any outstanding County Court Judgements will have a detrimental effect on the rating held by Credit Safe and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date - failure to do so will result in rejection of your submission."
                },
                {
                    "type": "technical",
                    "description": "SPD Question 4C.1.2 Technical and Professional Ability With reference to the nature and details of the supplies/services that are the subject matter of this tender, relevant examples are to be provided of the supplies/services undertaken by the Tenderer in the last 3 years. You must describe in sufficient detail the required experience in terms of the specific supplies/services, the number of required examples, the minimum duration of experience e.g. 3 years and the value / scope of the previous projects e.g. must be of similar value to the contract being procured. Tenderer's will be required to provide evidence of having the necessary capacity and capability to deliver the requirements stated within the tender documents. The below requirements will be requested during the tender process: With reference to the nature and details of the supplies/services that are the subject matter of this tender, relevant examples are to be provided of the supplies/services undertaken by the Tenderer in the last 3 years and must be similar value to the contract being procured. Tenderer's will be required to provide evidence of having the necessary capacity and capability to deliver the requirements for: E-Learning Training platform licenses. Two (2) examples of the provision of similar services will be requested and must be from within the last 3 years for services. If Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided. If available, copies of completion certificates or customers' written declaration which validates the examples you have provided. Guidance If you cannot provide certificates or customer declarations the Authority may choose to contact customers cited directly in order to validate the experience examples you have provided without any further reference to you."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2025-03-17T00:00:00Z"
            }
        },
        "classification": {
            "id": "39162000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "Contract will be renewed at the end of the contract period"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Economic Operators Applicable to FTS Notices: 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. Assessment of Employment Status Tenderers may be asked to declare whether they intend to provide services through a Personal Service Company (PSC). From April 2017, the responsibility to pay employment taxes shifts from the PSC to public sector bodies and the Authority must be aware of any successful tenderer's detailed employment status. For further information on determining employment status the Government has published guidance on this IR35 Legislation Living Wage Tenderers will be asked to confirm if they pay all employees as a minimum the Real Living Wage as published by the Living Wage Foundation for statistical information gathering purposes only. Equality and Diversity Tenderers will be required to comply with the statutory obligations under the Equality Act 2010. Declaration of Non-Involvement in Serious Organised Crime Tenderers must complete and sign a Declaration of Non-Involvement in Serious Organised Crime form. Subcontractor Detail Tenderers will be required to provide details of the subcontractors they intend to use in their supply chain. Tenderers are required to complete this section as part of the SPD. Data Protection Tenderers must be aware of their obligations under the Data Protection Act 2018 and the GDPR as set out in the Contract. (SC Ref:785475)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000775428"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000775428"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "PROC 24-2625-1",
            "suppliers": [
                {
                    "id": "org-160",
                    "name": "LinkedIn Ireland Unlimited Company"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "PROC 24-2625-1",
            "awardID": "PROC 24-2625-1",
            "status": "active",
            "value": {
                "amount": 166816,
                "currency": "GBP"
            },
            "dateSigned": "2024-11-01T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2024/S 000-026332"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "466",
                "measure": "bids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "467",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "468",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "469",
                "measure": "foreignBidsFromNonEU",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "470",
                "measure": "electronicBids",
                "value": 2,
                "relatedLot": "1"
            }
        ]
    }
}