Notice Information
Notice Title
Expression of Interest for the Non-Exclusive Framework Contract for the Provision of Engineering Services CA18/2524
Notice Description
The objective and deliverables of the Contract will be to provide the Authority with: Professional services on an as and when required basis, predominantly in relation to resolving the impacts of past mining activities and other areas of responsibility of the Coal Authority. With regards to public safety & subsidence work this may include; investigation into the causes of failure, condition assessment, damage quantification and solution design for damage to roads, bridges, buildings, drainage & land. For Environmental remediation work this may include investigating minewater discharges, developing remediation options, designs and specifications, investigating and advising on managing site constraints such as ecological & archaeological designations, specifying & developing minewater treatment technologies, advising on operational issues such as waste management, undertaking hydrogeological studies and carrying out cost benefit analysis for proposed & existing schemes. The areas of expertise may include civil, structural, geotechnical, mining, environmental, health and safety, contract procurement, drainage and other specialist service areas such as hydrology, hydrogeology, geochemistry & economic assessment. The Contract is split into Lots as follows: Lot 1 - Civil and Structural Engineering Lot 2 - Hydrogeology Lot 3 - Archaeological Services Lot 4 - Ecology & Environmental Lot 5 - Planning Services Lot 6 - Mine Water Treatment Schemes: Scoping, Feasibility & Design Lot 7 - Land Drainage: Agricultural and Specialist Lot 8 - Safety, Health and Environment Lot 9 - Cost Benefit Analysis Lot 10 - Treatability Lot 11 - Waste Characterisation and Waste Services Lot 12 - Supervisory Services Lot 13 - Surveying: Topographical & Surface Hazards Lot 14 - Surveying: Tilt Analysis For a full description of the required Services, please see the attached 'Services Specification' document. To access the documents for this opportunity, please read the attached 'eTender Registration Information' Document. Additional information: The objective and deliverables of the Contract will be to provide the Authority with: Professional services on an as and when required basis, predominantly in relation to resolving the impacts of past mining activities and other areas of responsibility of the Coal Authority. With regards to public safety & subsidence work this may include; investigation into the causes of failure, condition assessment, damage quantification and solution design for damage to roads, bridges, buildings, drainage & land. For Environmental remediation work this may include investigating minewater discharges, developing remediation options, designs and specifications, investigating and advising on managing site constraints such as ecological & archaeological designations, specifying & developing minewater treatment technologies, advising on operational issues such as waste management, undertaking hydrogeological studies and carrying out cost benefit analysis for proposed & existing schemes. The areas of expertise may include civil, structural, geotechnical, mining, environmental, health and safety, contract procurement, drainage and other specialist service areas such as hydrology, hydrogeology, geochemistry & economic assessment. The Contract is split into Lots as follows: Lot 1 - Civil and Structural Engineering Lot 2 - Hydrogeology Lot 3 - Archaeological Services Lot 4 - Ecology & Environmental Lot 5 - Planning Services Lot 6 - Mine Water Treatment Schemes: Scoping, Feasibility & Design Lot 7 - Land Drainage: Agricultural and Specialist Lot 8 - Safety, Health and Environment Lot 9 - Cost Benefit Analysis Lot 10 - Treatability Lot 11 - Waste Characterisation and Waste Services Lot 12 - Supervisory Services Lot 13 - Surveying: Topographical & Surface Hazards Lot 14 - Surveying: Tilt Analysis For a full description of the required Services, please see the attached 'Services Specification' document. To access the documents for this opportunity, please read the attached 'eTender Registration Information' Document.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-fd51c48e-f1a6-4f02-a5b1-4f2dade4bd81
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/a16608fc-b114-4404-b807-98fb12634e11
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure (above threshold)
- Tender Suitability
- SME
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
71200000 - Architectural and related services
71300000 - Engineering services
71500000 - Construction-related services
71800000 - Consulting services for water-supply and waste consultancy
90000000 - Sewage, refuse, cleaning and environmental services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- £6,000,000 £1M-£10M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 May 20187 years ago
- Submission Deadline
- 18 May 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 29 Dec 20178 years ago
- Contract Period
- 4 Jan 2018 - 3 Jan 2022 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE COAL AUTHORITY
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- MANSFIELD
- Postcode
- NG18 4RG
- Post Town
- Nottingham
- Country
- England
-
- Major Region (ITL 1)
- TLF East Midlands (England)
- Basic Region (ITL 2)
- TLF1 Derbyshire and Nottinghamshire
- Small Region (ITL 3)
- TLF15 North Nottinghamshire
- Delivery Location
- Not specified
-
- Local Authority
- Mansfield
- Electoral Ward
- Berry Hill
- Westminster Constituency
- Mansfield
Supplier Information
- Number of Suppliers
- 22
- Supplier Names
AMEC FOSTER WHEELER ENVIRONMENT & INFRASTRUCTURE
HARGREAVES INDUSTRIAL SERVICES
JEREMY BENN ASSOCIATES LIMITED (T/A JBA CONSULTING
OPUS INTERNATIONAL CONSULTANTS (UK
PMC SURVEYS LTD (TRADING AS OBSURVUS
RICARDO-AEA LTD (TRADING AS RICARDO ENERGY & ENVIRONMENT
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/a16608fc-b114-4404-b807-98fb12634e11
2nd May 2018 - Awarded contract notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/e6dea9ee-a16e-4151-a1fa-e234ea464daa
13th April 2017 - Opportunity notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/05f88740-688d-446d-a5f3-ddafce80d63e
eTender Registration Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-b5fd17-fd51c48e-f1a6-4f02-a5b1-4f2dade4bd81-2018-05-02T17:31:03+01:00",
"date": "2018-05-02T17:31:03+01:00",
"ocid": "ocds-b5fd17-fd51c48e-f1a6-4f02-a5b1-4f2dade4bd81",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "CA18/2524/AWARD",
"title": "Expression of Interest for the Non-Exclusive Framework Contract for the Provision of Engineering Services CA18/2524",
"description": "The objective and deliverables of the Contract will be to provide the Authority with: Professional services on an as and when required basis, predominantly in relation to resolving the impacts of past mining activities and other areas of responsibility of the Coal Authority. With regards to public safety & subsidence work this may include; investigation into the causes of failure, condition assessment, damage quantification and solution design for damage to roads, bridges, buildings, drainage & land. For Environmental remediation work this may include investigating minewater discharges, developing remediation options, designs and specifications, investigating and advising on managing site constraints such as ecological & archaeological designations, specifying & developing minewater treatment technologies, advising on operational issues such as waste management, undertaking hydrogeological studies and carrying out cost benefit analysis for proposed & existing schemes. The areas of expertise may include civil, structural, geotechnical, mining, environmental, health and safety, contract procurement, drainage and other specialist service areas such as hydrology, hydrogeology, geochemistry & economic assessment. The Contract is split into Lots as follows: Lot 1 - Civil and Structural Engineering Lot 2 - Hydrogeology Lot 3 - Archaeological Services Lot 4 - Ecology & Environmental Lot 5 - Planning Services Lot 6 - Mine Water Treatment Schemes: Scoping, Feasibility & Design Lot 7 - Land Drainage: Agricultural and Specialist Lot 8 - Safety, Health and Environment Lot 9 - Cost Benefit Analysis Lot 10 - Treatability Lot 11 - Waste Characterisation and Waste Services Lot 12 - Supervisory Services Lot 13 - Surveying: Topographical & Surface Hazards Lot 14 - Surveying: Tilt Analysis For a full description of the required Services, please see the attached 'Services Specification' document. To access the documents for this opportunity, please read the attached 'eTender Registration Information' Document. Additional information: The objective and deliverables of the Contract will be to provide the Authority with: Professional services on an as and when required basis, predominantly in relation to resolving the impacts of past mining activities and other areas of responsibility of the Coal Authority. With regards to public safety & subsidence work this may include; investigation into the causes of failure, condition assessment, damage quantification and solution design for damage to roads, bridges, buildings, drainage & land. For Environmental remediation work this may include investigating minewater discharges, developing remediation options, designs and specifications, investigating and advising on managing site constraints such as ecological & archaeological designations, specifying & developing minewater treatment technologies, advising on operational issues such as waste management, undertaking hydrogeological studies and carrying out cost benefit analysis for proposed & existing schemes. The areas of expertise may include civil, structural, geotechnical, mining, environmental, health and safety, contract procurement, drainage and other specialist service areas such as hydrology, hydrogeology, geochemistry & economic assessment. The Contract is split into Lots as follows: Lot 1 - Civil and Structural Engineering Lot 2 - Hydrogeology Lot 3 - Archaeological Services Lot 4 - Ecology & Environmental Lot 5 - Planning Services Lot 6 - Mine Water Treatment Schemes: Scoping, Feasibility & Design Lot 7 - Land Drainage: Agricultural and Specialist Lot 8 - Safety, Health and Environment Lot 9 - Cost Benefit Analysis Lot 10 - Treatability Lot 11 - Waste Characterisation and Waste Services Lot 12 - Supervisory Services Lot 13 - Surveying: Topographical & Surface Hazards Lot 14 - Surveying: Tilt Analysis For a full description of the required Services, please see the attached 'Services Specification' document. To access the documents for this opportunity, please read the attached 'eTender Registration Information' Document.",
"datePublished": "2017-04-13T17:29:51+01:00",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71200000",
"description": "Architectural and related services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
},
{
"scheme": "CPV",
"id": "71800000",
"description": "Consulting services for water-supply and waste consultancy"
},
{
"scheme": "CPV",
"id": "90000000",
"description": "Sewage, refuse, cleaning and environmental services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
},
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure (above threshold)",
"tenderPeriod": {
"endDate": "2017-05-18T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2018-01-04T00:00:00Z",
"endDate": "2022-01-03T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/e6dea9ee-a16e-4151-a1fa-e234ea464daa",
"datePublished": "2017-04-13T17:29:51+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "technicalSpecifications",
"description": "Services Specification",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/2a92d6bd-2dce-4846-929c-dc52970cb11f",
"format": "application/pdf"
},
{
"id": "3",
"documentType": "biddingDocuments",
"description": "eTender Registration Information",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/05f88740-688d-446d-a5f3-ddafce80d63e",
"format": "application/pdf"
}
]
},
"parties": [
{
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/yUE92Yy8",
"name": "The Coal Authority",
"identifier": {
"legalName": "The Coal Authority",
"scheme": "GB-SRS",
"id": "sid4gov.cabinetoffice.gov.uk/yUE92Yy8"
},
"address": {
"streetAddress": "200 Lichfield Lane",
"locality": "Mansfield",
"postalCode": "NG18 4RG",
"countryName": "England"
},
"contactPoint": {
"email": "procurement@coal.gov.uk"
},
"roles": [
"buyer"
]
},
{
"id": "GB-COH-1846493",
"name": "AECOM Limited",
"identifier": {
"legalName": "AECOM Limited",
"scheme": "GB-COH",
"id": "1846493"
},
"address": {
"streetAddress": "St George's House, 5 St George's Road, Wimbledon, London, SW19 4DR"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-COH-2190074",
"name": "Amec Foster Wheeler Environment & Infrastructure UK Limited",
"identifier": {
"legalName": "Amec Foster Wheeler Environment & Infrastructure UK Limited",
"scheme": "GB-COH",
"id": "2190074"
},
"address": {
"streetAddress": "Booths Park, Chelford Road, Knutsford, Cheshire, WA16 8QZ"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-COH-688424",
"name": "Atkins Limited",
"identifier": {
"legalName": "Atkins Limited",
"scheme": "GB-COH",
"id": "688424"
},
"address": {
"streetAddress": "Woodcote Grove,Ashley Road,Epsom,Surrey KT18 5BW"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-COH-03478909",
"name": "Bridgeway Consulting Limited",
"identifier": {
"legalName": "Bridgeway Consulting Limited",
"scheme": "GB-COH",
"id": "03478909"
},
"address": {
"streetAddress": "Bridgeway House, 2 Riverside Way, Nottingham, NG2 1DP"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-COH-338589",
"name": "CDM Smith Ireland Ltd",
"identifier": {
"legalName": "CDM Smith Ireland Ltd",
"scheme": "GB-COH",
"id": "338589"
},
"address": {
"streetAddress": "15 Wentworth, Eblana Villas, Dublin 2 D02 WK10, Ireland"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-COH-1125149",
"name": "Golder Associates (UK) Ltd",
"identifier": {
"legalName": "Golder Associates (UK) Ltd",
"scheme": "GB-COH",
"id": "1125149"
},
"address": {
"streetAddress": "Attenborough House, Browns Lane Business Park, Stanton-on-the-Wolds, Nottinghamshire, NG12 5BL"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-COH-2307132",
"name": "Hargreaves Industrial Services Limited",
"identifier": {
"legalName": "Hargreaves Industrial Services Limited",
"scheme": "GB-COH",
"id": "2307132"
},
"address": {
"streetAddress": "Roseby House, Lund Hill Lane, Royston, Barnsley, S71 4BD"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-COH-10266953",
"name": "Interlocks Surveys Ltd",
"identifier": {
"legalName": "Interlocks Surveys Ltd",
"scheme": "GB-COH",
"id": "10266953"
},
"address": {
"streetAddress": "St. Andrews House, Southam Road, Leamington Spa. CV31 1TF"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-COH-03246693",
"name": "Jeremy Benn Associates Limited (t/a JBA Consulting)",
"identifier": {
"legalName": "Jeremy Benn Associates Limited (t/a JBA Consulting)",
"scheme": "GB-COH",
"id": "03246693"
},
"address": {
"streetAddress": "South Barn, Broughton Hall, SKIPTON, North Yorkshire, BD23 3AE"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-COH-2689123",
"name": "JMC ENGINEERING (UK) LTD",
"identifier": {
"legalName": "JMC ENGINEERING (UK) LTD",
"scheme": "GB-COH",
"id": "2689123"
},
"address": {
"streetAddress": "2 LARKHILL, SWANWICK, ALFRETON, DERBYSHIRE, DE55 1DD"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-COH-1243967",
"name": "Mott MacDonald",
"identifier": {
"legalName": "Mott MacDonald",
"scheme": "GB-COH",
"id": "1243967"
},
"address": {
"streetAddress": "Mott MacDonald House, 8 - 10 Sydenham Road, Croydon, CR0 2EE"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-COH-2847568",
"name": "Opus International Consultants (UK) Ltd",
"identifier": {
"legalName": "Opus International Consultants (UK) Ltd",
"scheme": "GB-COH",
"id": "2847568"
},
"address": {
"streetAddress": "Willow House , Brotherswood Court, Great Park Road, Bradley Stoke,Bristol, BS32 4QW"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-COH-6844600",
"name": "PMC Surveys Ltd (trading as Obsurvus)",
"identifier": {
"legalName": "PMC Surveys Ltd (trading as Obsurvus)",
"scheme": "GB-COH",
"id": "6844600"
},
"address": {
"streetAddress": "8 Beancroft Close, Wadworth, Doncaster, DN11 9TB"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-COH-03659970",
"name": "Ramboll",
"identifier": {
"legalName": "Ramboll",
"scheme": "GB-COH",
"id": "03659970"
},
"address": {
"streetAddress": "240 Blackfriars Road, London SE1 8NW"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-COH-8229264",
"name": "Ricardo-AEA Ltd (trading as Ricardo Energy & Environment)",
"identifier": {
"legalName": "Ricardo-AEA Ltd (trading as Ricardo Energy & Environment)",
"scheme": "GB-COH",
"id": "8229264"
},
"address": {
"streetAddress": "Shoreham Technical Centre, Old Shoreham Road, Shoreham-by-Sea, West Sussex, BN43 5FG, United Kingdom"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-COH-01470149",
"name": "RPS Consulting Services Limited",
"identifier": {
"legalName": "RPS Consulting Services Limited",
"scheme": "GB-COH",
"id": "01470149"
},
"address": {
"streetAddress": "20 Western Avenue, Milton Park, Abingdon, Oxfordshire, OX14 4SH"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-COH-SC115530",
"name": "RSK Environment Ltd",
"identifier": {
"legalName": "RSK Environment Ltd",
"scheme": "GB-COH",
"id": "SC115530"
},
"address": {
"streetAddress": "34, Albyn Place, Aberdeen, AB10 1FW"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-COH-3880506",
"name": "SLR Consulting Ltd",
"identifier": {
"legalName": "SLR Consulting Ltd",
"scheme": "GB-COH",
"id": "3880506"
},
"address": {
"streetAddress": "7 Menmarsh Road, Wornal Park, Aylesbury, HP18 9PH"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-COH-2165592",
"name": "Turner & Townsend Project Management Ltd",
"identifier": {
"legalName": "Turner & Townsend Project Management Ltd",
"scheme": "GB-COH",
"id": "2165592"
},
"address": {
"streetAddress": "Low Hall, Calverley Lane, Horsforth, Leeds, LS18 4GH"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-COH-OC307138",
"name": "Wardell Armstrong LLP",
"identifier": {
"legalName": "Wardell Armstrong LLP",
"scheme": "GB-COH",
"id": "OC307138"
},
"address": {
"streetAddress": "Sir Henry Doulton House, Forge Lane, Etruria, Stoke-on-Trent, Staffordshire ST1 5BD"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-COH-1959704",
"name": "WYG",
"identifier": {
"legalName": "WYG",
"scheme": "GB-COH",
"id": "1959704"
},
"address": {
"streetAddress": "Arndale Court, Otley Road, Headingley, Leeds, West Yorkshire, LS6 2UJ"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-COH-01383511",
"name": "WSP UK Limited",
"identifier": {
"legalName": "WSP UK Limited",
"scheme": "GB-COH",
"id": "01383511"
},
"address": {
"streetAddress": "WSP UK Limited, WSP House, 70 Chancery Lane, London, WC2A 1AF"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/yUE92Yy8",
"name": "The Coal Authority"
},
"awards": [
{
"id": "ocds-b5fd17-fd51c48e-f1a6-4f02-a5b1-4f2dade4bd81-1",
"status": "active",
"date": "2017-12-29T00:00:00Z",
"datePublished": "2018-05-02T17:31:03+01:00",
"value": {
"amount": 0,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-COH-1125149",
"name": "Golder Associates (UK) Ltd"
}
],
"contractPeriod": {
"startDate": "2018-01-04T00:00:00Z",
"endDate": "2022-01-03T23:59:59Z"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/a16608fc-b114-4404-b807-98fb12634e11",
"datePublished": "2018-05-02T17:31:03+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "technicalSpecifications",
"description": "Services Specification",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/2a92d6bd-2dce-4846-929c-dc52970cb11f",
"format": "application/pdf"
},
{
"id": "3",
"documentType": "biddingDocuments",
"description": "eTender Registration Information",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/05f88740-688d-446d-a5f3-ddafce80d63e",
"format": "application/pdf"
}
]
},
{
"id": "ocds-b5fd17-fd51c48e-f1a6-4f02-a5b1-4f2dade4bd81-2",
"status": "active",
"date": "2017-12-29T00:00:00Z",
"datePublished": "2018-05-02T17:31:03+01:00",
"value": {
"amount": 0,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-COH-10266953",
"name": "Interlocks Surveys Ltd"
}
],
"contractPeriod": {
"startDate": "2018-01-04T00:00:00Z",
"endDate": "2022-01-03T23:59:59Z"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/a16608fc-b114-4404-b807-98fb12634e11",
"datePublished": "2018-05-02T17:31:03+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "technicalSpecifications",
"description": "Services Specification",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/2a92d6bd-2dce-4846-929c-dc52970cb11f",
"format": "application/pdf"
},
{
"id": "3",
"documentType": "biddingDocuments",
"description": "eTender Registration Information",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/05f88740-688d-446d-a5f3-ddafce80d63e",
"format": "application/pdf"
}
]
},
{
"id": "ocds-b5fd17-fd51c48e-f1a6-4f02-a5b1-4f2dade4bd81-3",
"status": "active",
"date": "2017-12-29T00:00:00Z",
"datePublished": "2018-05-02T17:31:03+01:00",
"value": {
"amount": 0,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-COH-03246693",
"name": "Jeremy Benn Associates Limited (t/a JBA Consulting)"
}
],
"contractPeriod": {
"startDate": "2018-01-04T00:00:00Z",
"endDate": "2022-01-03T23:59:59Z"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/a16608fc-b114-4404-b807-98fb12634e11",
"datePublished": "2018-05-02T17:31:03+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "technicalSpecifications",
"description": "Services Specification",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/2a92d6bd-2dce-4846-929c-dc52970cb11f",
"format": "application/pdf"
},
{
"id": "3",
"documentType": "biddingDocuments",
"description": "eTender Registration Information",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/05f88740-688d-446d-a5f3-ddafce80d63e",
"format": "application/pdf"
}
]
},
{
"id": "ocds-b5fd17-fd51c48e-f1a6-4f02-a5b1-4f2dade4bd81-4",
"status": "active",
"date": "2017-12-29T00:00:00Z",
"datePublished": "2018-05-02T17:31:03+01:00",
"value": {
"amount": 0,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-COH-2689123",
"name": "JMC ENGINEERING (UK) LTD"
}
],
"contractPeriod": {
"startDate": "2018-01-04T00:00:00Z",
"endDate": "2022-01-03T23:59:59Z"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/a16608fc-b114-4404-b807-98fb12634e11",
"datePublished": "2018-05-02T17:31:03+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "technicalSpecifications",
"description": "Services Specification",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/2a92d6bd-2dce-4846-929c-dc52970cb11f",
"format": "application/pdf"
},
{
"id": "3",
"documentType": "biddingDocuments",
"description": "eTender Registration Information",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/05f88740-688d-446d-a5f3-ddafce80d63e",
"format": "application/pdf"
}
]
},
{
"id": "ocds-b5fd17-fd51c48e-f1a6-4f02-a5b1-4f2dade4bd81-5",
"status": "active",
"date": "2017-12-29T00:00:00Z",
"datePublished": "2018-05-02T17:31:03+01:00",
"value": {
"amount": 0,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-COH-6844600",
"name": "PMC Surveys Ltd (trading as Obsurvus)"
}
],
"contractPeriod": {
"startDate": "2018-01-04T00:00:00Z",
"endDate": "2022-01-03T23:59:59Z"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/a16608fc-b114-4404-b807-98fb12634e11",
"datePublished": "2018-05-02T17:31:03+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "technicalSpecifications",
"description": "Services Specification",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/2a92d6bd-2dce-4846-929c-dc52970cb11f",
"format": "application/pdf"
},
{
"id": "3",
"documentType": "biddingDocuments",
"description": "eTender Registration Information",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/05f88740-688d-446d-a5f3-ddafce80d63e",
"format": "application/pdf"
}
]
},
{
"id": "ocds-b5fd17-fd51c48e-f1a6-4f02-a5b1-4f2dade4bd81-6",
"status": "active",
"date": "2017-12-29T00:00:00Z",
"datePublished": "2018-05-02T17:31:03+01:00",
"value": {
"amount": 6000000,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-COH-1846493",
"name": "AECOM Limited"
},
{
"id": "GB-COH-2190074",
"name": "Amec Foster Wheeler Environment & Infrastructure UK Limited"
},
{
"id": "GB-COH-688424",
"name": "Atkins Limited"
},
{
"id": "GB-COH-03478909",
"name": "Bridgeway Consulting Limited"
},
{
"id": "GB-COH-338589",
"name": "CDM Smith Ireland Ltd"
},
{
"id": "GB-COH-2307132",
"name": "Hargreaves Industrial Services Limited"
},
{
"id": "GB-COH-1243967",
"name": "Mott MacDonald"
},
{
"id": "GB-COH-2847568",
"name": "Opus International Consultants (UK) Ltd"
},
{
"id": "GB-COH-03659970",
"name": "Ramboll"
},
{
"id": "GB-COH-8229264",
"name": "Ricardo-AEA Ltd (trading as Ricardo Energy & Environment)"
},
{
"id": "GB-COH-01470149",
"name": "RPS Consulting Services Limited"
},
{
"id": "GB-COH-SC115530",
"name": "RSK Environment Ltd"
},
{
"id": "GB-COH-3880506",
"name": "SLR Consulting Ltd"
},
{
"id": "GB-COH-2165592",
"name": "Turner & Townsend Project Management Ltd"
},
{
"id": "GB-COH-OC307138",
"name": "Wardell Armstrong LLP"
},
{
"id": "GB-COH-1959704",
"name": "WYG"
},
{
"id": "GB-COH-01383511",
"name": "WSP UK Limited"
}
],
"contractPeriod": {
"startDate": "2018-01-04T00:00:00Z",
"endDate": "2022-01-03T23:59:59Z"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/a16608fc-b114-4404-b807-98fb12634e11",
"datePublished": "2018-05-02T17:31:03+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "technicalSpecifications",
"description": "Services Specification",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/2a92d6bd-2dce-4846-929c-dc52970cb11f",
"format": "application/pdf"
},
{
"id": "3",
"documentType": "biddingDocuments",
"description": "eTender Registration Information",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/05f88740-688d-446d-a5f3-ddafce80d63e",
"format": "application/pdf"
}
]
}
]
}