Award

EDC/2025/4212 Traffic Management

EAST DUNBARTONSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

06 Oct 2025 at 00:00

Tender

09 Jun 2025 at 00:00

Summary of the contracting process

East Dunbartonshire Council has awarded a contract for Traffic Management Services, titled "EDC/2025/4212 Traffic Management". This contract is within the services category and covers the East Dunbartonshire Council area, primarily supporting Capital Investment and Maintenance Programmes. The procurement process used an open procedure and included the stages of tendering and awarding, with the tender period closing on 10th July 2025. The contract, valued at £1,500,000, was awarded to Markon Limited on 30th September 2025. The scope includes the design of Traffic Management Plans, provision of signage and equipment, and comprehensive project management, with services set to commence immediately following the award.

This tender presents significant opportunities for businesses involved in infrastructure and traffic management services. Businesses that specialise in designing Traffic Management Systems, supply of traffic and safety equipment, and those with capabilities in managing large-scale projects would find this contract particularly advantageous. SMEs with National Highways Sector Scheme Certification or equivalent will be well-positioned to leverage this contract for growth. Additionally, the emphasis on community benefits and sustainability offers further avenues for companies that can deliver added social and environmental value. With ongoing requirements and the possibility for contract renewal, this tender supports long-term business development and partnership with local authorities.

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

EDC/2025/4212 Traffic Management

Notice Description

The Authority wishes to establish a contract for Traffic Management Services (TMS) across the EDC authority area, the contract will be utilised primarily to support Capital Investment and Maintenance Programmes of work however will be accessible to all authority departments. The contractor is required to provide the design of Traffic Management Plans, provision of all signage and associated TMS equipment & operatives, installation, maintenance, relocation, removal of equipment, project management of Traffic Management Plan and emergency response.

Lot Information

Lot 1

Key Requirements to be Delivered (Statement of Requirements) The key requirements include, but are not limited to: The design of Traffic Management Plans, site specific RAMS and where applicable Diversion Plan in conjunction with EDC officers; Installation, Maintenance, Relocation & Removal of all Traffic Management equipment and systems as detailed in the Schedule of Rates including but not limited to; Traffic Management Supervisor & Operatives to maintain integrity of Traffic Management system and support nearby residents or businesses Stop/Go Board Traffic Management Temporary and Portable 2,3 & 4 way traffic signals and pedestrian crossing signals. Road Closure with up to 30 or 60 standard diversion route signs on roads with a speed limit of 40mph or less, 50mph to 60mph or national speed limit. Install, Maintain & Remove pedestrian barriers interlinked and including any couplings and footings, compliant with BS EN 8442 & BS EN 12899-4 reflectivity requirement and supports Chapter 8 protocols. Install, Maintain & Remove Pedestrian Barriers heavy duty fixed leg, Metal crowd Control. 1100mm high and Heras Fencing approx 2000mm high, Galvanised to BS EN 10244-2 Install, Maintain & Remove No waiting cones 500mm Install, Maintain & Remove Traffic Cones 500mm, 750mm & 1000mm Install, Maintain & Remove Standard Road Signs in accordance with Chapter 8 and TSRGD guidelines Install, Maintain & Remove Site Specific bespoke Signage. Install, Maintain & Remove Specialist Diversion Signs or Advance Warning Signs In Class RA1 Reflective Material. In accordance with Chapter 8 and TSRGD guideline Install, Maintain & Remove Specialist Diversion Signs or Advance Warning Signs In Class RA2 Reflective Material. In accordance with Chapter 8 and TSRGD guidelines Install, Maintain & Remove Portable Variable message signs - specification in Appendix 2: EDC20254212 TM ITT APPENDIX 2 Specification Portable Variable Message Signs Maintenance of temporary access to property Convoy System, 1,2 or 3 vehicles Impact Protection Vehicle Dual Carriageway Closure on roads with a speed limit of 40mpg or less, 50mpg to 6-mph or national speed limit. Contraflow on roads with a speed limit of 40mpg or less, 50mpg to 6-mph or national speed limit Welfare Facilities Project Management of all Traffic Management Services from installation to removal, ensuring minimal disruption and inconvenience to EDC residents; Rectification of TM equipment failure in within 2 hours; Commitment to maintain a named foreman at each site for duration of works, except in exceptional circumstances. Compliance with EDC Health & Safety requirements

Renewal: Traffic Management services are an ongoing requirement, this contract will be re-tendered in advance of the expiry in September 2019.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000801200
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT540725
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

45 - Construction work

63 - Supporting and auxiliary transport services; travel agencies services


CPV Codes

34923000 - Road traffic-control equipment

34928110 - Road barriers

34928300 - Safety barriers

34928460 - Road cones

34992100 - Illuminated traffic signs

34992200 - Road signs

34996100 - Traffic lights

45233294 - Installation of road signals

63712700 - Traffic control services

Notice Value(s)

Tender Value
£1,500,000 £1M-£10M
Lots Value
£1,500,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£1,500,000 £1M-£10M

Notice Dates

Publication Date
6 Oct 20254 months ago
Submission Deadline
10 Jul 2025Expired
Future Notice Date
Not specified
Award Date
30 Sep 20254 months ago
Contract Period
Not specified - Not specified
Recurrence
Q2 2029

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
EAST DUNBARTONSHIRE COUNCIL
Contact Name
Lorna Dunn
Contact Email
lorna.dunn@eastdunbarton.gov.uk, procurement@eastdunbarton.gov.uk
Contact Phone
+44 1415745750

Buyer Location

Locality
KIRKINTILLOCH
Postcode
G66 1TJ
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM31 East Dunbartonshire and West Dunbartonshire
Delivery Location
TLM81 East Dunbartonshire, West Dunbartonshire, and Helensburgh and Lomond

Local Authority
East Dunbartonshire
Electoral Ward
Lenzie and Kirkintilloch South
Westminster Constituency
Mid Dunbartonshire

Supplier Information

Number of Suppliers
1
Supplier Name

MARKON

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-r6ebe6-0000801200-2025-10-06T00:00:00Z",
    "date": "2025-10-06T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000801200",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-103",
            "name": "East Dunbartonshire Council",
            "identifier": {
                "legalName": "East Dunbartonshire Council"
            },
            "address": {
                "streetAddress": "Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place",
                "locality": "Kirkintilloch",
                "region": "UKM81",
                "postalCode": "G66 1TJ"
            },
            "contactPoint": {
                "email": "procurement@eastdunbarton.gov.uk",
                "telephone": "+44 1415745750"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ]
            }
        },
        {
            "id": "org-35",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "locality": "Glasgow"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-178",
            "name": "East Dunbartonshire Council",
            "identifier": {
                "legalName": "East Dunbartonshire Council"
            },
            "address": {
                "streetAddress": "12 Strathkelvin Place",
                "locality": "Kirkintilloch",
                "region": "UKM81",
                "postalCode": "G66 1TJ"
            },
            "contactPoint": {
                "name": "Lorna Dunn",
                "email": "Lorna.Dunn@eastdunbarton.gov.uk",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "10",
                        "description": "Social protection",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.eastdunbarton.gov.uk"
            }
        },
        {
            "id": "org-297",
            "name": "Markon Limited",
            "identifier": {
                "legalName": "Markon Limited"
            },
            "address": {
                "streetAddress": "Antonine House, 6-10 Dunnswood Road",
                "locality": "Cumbernauld",
                "region": "UKM",
                "postalCode": "G67 3EN"
            },
            "contactPoint": {
                "telephone": "+44 01236875134"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-93",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "locality": "Glasgow"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "East Dunbartonshire Council",
        "id": "org-178"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000801200",
        "title": "EDC/2025/4212 Traffic Management",
        "description": "The Authority wishes to establish a contract for Traffic Management Services (TMS) across the EDC authority area, the contract will be utilised primarily to support Capital Investment and Maintenance Programmes of work however will be accessible to all authority departments. The contractor is required to provide the design of Traffic Management Plans, provision of all signage and associated TMS equipment & operatives, installation, maintenance, relocation, removal of equipment, project management of Traffic Management Plan and emergency response.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45233294",
                        "scheme": "CPV"
                    },
                    {
                        "id": "34992200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "34992100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "34996100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "63712700",
                        "scheme": "CPV"
                    },
                    {
                        "id": "34928460",
                        "scheme": "CPV"
                    },
                    {
                        "id": "34928110",
                        "scheme": "CPV"
                    },
                    {
                        "id": "34928300",
                        "scheme": "CPV"
                    },
                    {
                        "id": "34923000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM81"
                    },
                    {
                        "region": "UKM81"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 1500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2025-07-10T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2025-07-10T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUN532175",
                "documentType": "contractNotice",
                "title": "EDC/2025/4212 Traffic Management",
                "description": "The Authority wishes to establish a contract for Traffic Management Services (TMS) across the EDC authority area, the contract will be utilised primarily to support Capital Investment and Maintenance Programmes of work however will be accessible to all authority departments. The contractor is required to provide the design of Traffic Management Plans, provision of all signage and associated TMS equipment & operatives, installation, maintenance, relocation, removal of equipment, project management of Traffic Management Plan and emergency response.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN532175",
                "format": "text/html"
            },
            {
                "id": "JUN532175-1",
                "title": "Invitation to Tender Document",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532175&idx=1",
                "datePublished": "2025-06-09T16:35:06Z",
                "dateModified": "2025-06-09T16:35:06Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUN532175-2",
                "title": "Appendix 1 -EXAMPLE 12 Month Road and Carriageway Replacement Program",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532175&idx=2",
                "datePublished": "2025-06-09T16:35:06Z",
                "dateModified": "2025-06-09T16:35:06Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "JUN532175-3",
                "title": "Appendix 2 -Specification Portable Variable Message Signs",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532175&idx=3",
                "datePublished": "2025-06-09T16:35:06Z",
                "dateModified": "2025-06-09T16:35:06Z",
                "format": "application/pdf"
            },
            {
                "id": "JUN532175-4",
                "title": "Appendix 3 -Work Order Quotation Template",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532175&idx=4",
                "datePublished": "2025-06-09T16:35:06Z",
                "dateModified": "2025-06-09T16:35:06Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "JUN532175-5",
                "title": "Appendix 4 -HSP05 Management of Contractors",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532175&idx=5",
                "datePublished": "2025-06-09T16:35:06Z",
                "dateModified": "2025-06-09T16:35:06Z",
                "format": "application/pdf"
            },
            {
                "id": "JUN532175-6",
                "title": "Appendix 5 -Contract Variation Form",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532175&idx=6",
                "datePublished": "2025-06-09T16:35:06Z",
                "dateModified": "2025-06-09T16:35:06Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUN532175-7",
                "title": "Appendix 6 -Variation to SOR Template",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532175&idx=7",
                "datePublished": "2025-06-09T16:35:06Z",
                "dateModified": "2025-06-09T16:35:06Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "JUN532175-8",
                "title": "Schedule of Rates",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532175&idx=8",
                "datePublished": "2025-06-09T16:35:06Z",
                "dateModified": "2025-06-09T16:35:06Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "JUN532175-9",
                "title": "SBCC Measured Term Contract Data",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN532175&idx=9",
                "datePublished": "2025-06-09T16:35:06Z",
                "dateModified": "2025-06-09T16:35:06Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "OCT540725",
                "documentType": "awardNotice",
                "title": "EDC/2025/4212 Traffic Management",
                "description": "The Authority wishes to establish a contract for Traffic Management Services (TMS) across the EDC authority area, the contract will be utilised primarily to support Capital Investment and Maintenance Programmes of work however will be accessible to all authority departments. The contractor is required to provide the design of Traffic Management Plans, provision of all signage and associated TMS equipment & operatives, installation, maintenance, relocation, removal of equipment, project management of Traffic Management Plan and emergency response.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT540725",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Key Requirements to be Delivered (Statement of Requirements) The key requirements include, but are not limited to: The design of Traffic Management Plans, site specific RAMS and where applicable Diversion Plan in conjunction with EDC officers; Installation, Maintenance, Relocation & Removal of all Traffic Management equipment and systems as detailed in the Schedule of Rates including but not limited to; Traffic Management Supervisor & Operatives to maintain integrity of Traffic Management system and support nearby residents or businesses Stop/Go Board Traffic Management Temporary and Portable 2,3 & 4 way traffic signals and pedestrian crossing signals. Road Closure with up to 30 or 60 standard diversion route signs on roads with a speed limit of 40mph or less, 50mph to 60mph or national speed limit. Install, Maintain & Remove pedestrian barriers interlinked and including any couplings and footings, compliant with BS EN 8442 & BS EN 12899-4 reflectivity requirement and supports Chapter 8 protocols. Install, Maintain & Remove Pedestrian Barriers heavy duty fixed leg, Metal crowd Control. 1100mm high and Heras Fencing approx 2000mm high, Galvanised to BS EN 10244-2 Install, Maintain & Remove No waiting cones 500mm Install, Maintain & Remove Traffic Cones 500mm, 750mm & 1000mm Install, Maintain & Remove Standard Road Signs in accordance with Chapter 8 and TSRGD guidelines Install, Maintain & Remove Site Specific bespoke Signage. Install, Maintain & Remove Specialist Diversion Signs or Advance Warning Signs In Class RA1 Reflective Material. In accordance with Chapter 8 and TSRGD guideline Install, Maintain & Remove Specialist Diversion Signs or Advance Warning Signs In Class RA2 Reflective Material. In accordance with Chapter 8 and TSRGD guidelines Install, Maintain & Remove Portable Variable message signs - specification in Appendix 2: EDC20254212 TM ITT APPENDIX 2 Specification Portable Variable Message Signs Maintenance of temporary access to property Convoy System, 1,2 or 3 vehicles Impact Protection Vehicle Dual Carriageway Closure on roads with a speed limit of 40mpg or less, 50mpg to 6-mph or national speed limit. Contraflow on roads with a speed limit of 40mpg or less, 50mpg to 6-mph or national speed limit Welfare Facilities Project Management of all Traffic Management Services from installation to removal, ensuring minimal disruption and inconvenience to EDC residents; Rectification of TM equipment failure in within 2 hours; Commitment to maintain a named foreman at each site for duration of works, except in exceptional circumstances. Compliance with EDC Health & Safety requirements",
                "status": "complete",
                "value": {
                    "amount": 1500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Traffic Management services are an ongoing requirement, this contract will be re-tendered in advance of the expiry in September 2019."
                }
            }
        ],
        "bidOpening": {
            "date": "2025-07-10T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Key Performance Indicators are included with the ITT document."
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "All Traffic Management Operatives, Supervisors, Designers and Sub-contractors must hold National Highways Sector Scheme Certification of equivalent."
                },
                {
                    "type": "economic",
                    "description": "Detailed within the SPD module: General Turnover per annum Insurances",
                    "minimum": "Detailed within the SPD module: General Turnover per annum - GBP 744,000 per annum Insurances: Employee Liability minimum of GBP 10,000,000, each and every claim Public Liability minimum of GBP 10,000,000, each and every claim Motor Vehicle minimum of GBP 5,000,000, each and every claim"
                },
                {
                    "type": "technical",
                    "description": "As detailed within the SPD All Traffic Management Operatives, Supervisors, Designers and Sub-contractors must hold National Highways Sector Scheme Certification of equivalent.",
                    "minimum": "Traffic Management Design Layouts - Lantra National Highway Sector Scheme Approved Chapter 8 Qualified Designers T7 or equivalent. Traffic Management Supervisor/Foreman - Lantra National Highway Sector Scheme 12A or equivalent Traffic Management Operatives - Lantra National Highways Sector Scheme Approved Chapter 8 Qualified Operatives 12 B T1/T2 or equivalent"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "63712700",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "Q2 2029"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "(SC Ref:812141)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000801200"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000801200"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "EDC/2025/4212",
            "suppliers": [
                {
                    "id": "org-297",
                    "name": "Markon Limited"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "EDC/2025/4212",
            "awardID": "EDC/2025/4212",
            "status": "active",
            "value": {
                "amount": 1500000,
                "currency": "GBP"
            },
            "dateSigned": "2025-09-30T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2025/S 000-031055"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "761",
                "measure": "bids",
                "value": 8,
                "relatedLot": "1"
            },
            {
                "id": "762",
                "measure": "smeBids",
                "value": 8,
                "relatedLot": "1"
            },
            {
                "id": "763",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "764",
                "measure": "foreignBidsFromNonEU",
                "value": 8,
                "relatedLot": "1"
            },
            {
                "id": "765",
                "measure": "electronicBids",
                "value": 8,
                "relatedLot": "1"
            }
        ]
    }
}