Tender

Met Office Delivery Partnerships Framework

MET OFFICE

This public procurement record has 1 release in its history.

Tender

29 Jan 2021 at 14:52

Summary of the contracting process

The Met Office is initiating a tender for the "Met Office Delivery Partnerships Framework", with a total estimated value of £30 million, aimed at procuring IT services including consulting, software development, and support. This framework will facilitate both tactical and strategic partnership contracts over a duration of up to four years, focusing on enhancing the Met Office's technology systems and capabilities. The tender period is set to conclude on 1 March 2021, with invitations to tender expected by 31 March 2021. The procurement method is selective, following a restricted procedure, and is located in Exeter, UK.

This opportunity presents a significant growth avenue for businesses in the IT services sector, particularly those specialising in software development, systems integration, and data science. Companies experienced in forming collaborative partnerships that can augment the Met Office’s capabilities will be particularly well-suited to compete. Suppliers adept in delivering complex programmes, offering high-level consultancy, or providing comprehensive support for hardware and software implementations are also encouraged to participate, as the contract requirements will necessitate both expertise and resource flexibility.

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

Met Office Delivery Partnerships Framework

Notice Description

This Framework will support the Met Office to award a number of potential future contracts which will include Delivery Partnership relationships of both a tactical (e.g. one-off developments) and strategic (longer term 2 / 3 project and programme requirements) nature. The estimated value of PS30 million for this Framework is based on the potential demand and varying length of contracts which the Met Office may seeks to award through it. The potential framework will help transform the Met Office by supporting the following Strategic Actions identified by the MO: * Developing and nurturing capability partnerships * Delivering a Common Met Office Data Platform * Exploiting the future of data sciences * Taking a common approach to customer data services The Met Office is therefore establishing a framework with a number of companies who can help with that transformation, both by bringing new skills and knowledge and by bolstering the capacity and capability of existing Met Office teams to deliver required outcomes. This should also include being able to supply additional resource to augment teams if and where further gaps are identified, ensuring up-skilling is provided if required. This does not include contingent labour which the Met Office have separate contractual arrangements in place for. The Met Office's new strategy requires a significant step change in technology systems, resources and ways of working. This is encapsulated in a number of 'Strategic Actions'. Several of these actions will be realised via programmes of work with both customer benefit and technology at their heart. The amount of change ahead is large and many of these changes are interrelated and complex, and the Met Office cannot make these changes alone. By extending our capacity and capability, we can move faster and focus on the areas we add real value by leveraging the expertise of partners.

Lot Information

Applications Development

"The ability to build and deliver customer and business facing applications from well elaborated requirements" This lot is intended for suppliers who will largely be working with the Met Office, where we will be defining requirements and supervising delivery with the expectation of transferring the capability back to an internal team or other 3rd party support capability.

Applications Design, Development & Support

An overlapping category that distinguishes larger organisations that can deliver and support the end to end discovery and live phases of any capability from outline requirements. This lot is intended for suppliers who may largely be working with Met Office, where we will expect that supplier to understand an outcome and perform the discovery, lifecycle and retirement activities required to deliver it. The critical differentiator for these suppliers is their ability to provide a hosting and support capability.

Hardware Installation, lifecycling and support

The ability to install and support physical infrastructure such as compute and network capability. This lot is intended for suppliers who are expected to be able to provide the ability to installation, management, migration and integration of hardware solutions at scale, or in niche contexts.

Advice and Expertise

Leadership and consultancy to provide advice to a programme in the form of ongoing expertise, business analysis or project management. This lot is intended for areas where the Met Office is expected to be able to deliver the outcome, but expertise is needed at a high level to define the desired outcome or the roadmap. These suppliers will also be capable of providing supporting delivery resources, but not necessarily the delivery resources themselves.

Enterprise Partners

Suppliers with capability across all other Lots who have experience in delivering large change programmes and projects. Large scale suppliers with reach back and out to all delivery, management and support capabilities Lot 5 is specifically designed to capture the large system integrators and IT service suppliers should a "one stop shop" solution be required, or a significantly large and costly programme of work be best delivered by one party. Therefore Lot 5 providers will be required to demonstrate that they have existing skills, capabilities and pricing across Lots 2, 3 and 4 (as well as those required for Lot 5).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-028e9a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/001860-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support

73 - Research and development services and related consultancy services


CPV Codes

72000000 - IT services: consulting, software development, Internet and support

72200000 - Software programming and consultancy services

72700000 - Computer network services

73000000 - Research and development services and related consultancy services

Notice Value(s)

Tender Value
£30,000,000 £10M-£100M
Lots Value
£30,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
29 Jan 20215 years ago
Submission Deadline
1 Mar 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
MET OFFICE
Additional Buyers

DEPARTMENT FOR BUSINESS, ENERGY AND INDUSTRIAL STRATEGY

Contact Name
Mr Aled Evans
Contact Email
aled.evans@metoffice.gov.uk
Contact Phone
+44 3301351550

Buyer Location

Locality
EXETER
Postcode
EX1 3PB
Post Town
Exeter
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

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-h6vhtk-028e9a-2021-01-29T14:52:04Z",
    "date": "2021-01-29T14:52:04Z",
    "ocid": "ocds-h6vhtk-028e9a",
    "initiationType": "tender",
    "tender": {
        "id": "DN481606",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Met Office Delivery Partnerships Framework",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "description": "This Framework will support the Met Office to award a number of potential future contracts which will include Delivery Partnership relationships of both a tactical (e.g. one-off developments) and strategic (longer term 2 / 3 project and programme requirements) nature. The estimated value of PS30 million for this Framework is based on the potential demand and varying length of contracts which the Met Office may seeks to award through it. The potential framework will help transform the Met Office by supporting the following Strategic Actions identified by the MO: * Developing and nurturing capability partnerships * Delivering a Common Met Office Data Platform * Exploiting the future of data sciences * Taking a common approach to customer data services The Met Office is therefore establishing a framework with a number of companies who can help with that transformation, both by bringing new skills and knowledge and by bolstering the capacity and capability of existing Met Office teams to deliver required outcomes. This should also include being able to supply additional resource to augment teams if and where further gaps are identified, ensuring up-skilling is provided if required. This does not include contingent labour which the Met Office have separate contractual arrangements in place for. The Met Office's new strategy requires a significant step change in technology systems, resources and ways of working. This is encapsulated in a number of 'Strategic Actions'. Several of these actions will be realised via programmes of work with both customer benefit and technology at their heart. The amount of change ahead is large and many of these changes are interrelated and complex, and the Met Office cannot make these changes alone. By extending our capacity and capability, we can move faster and focus on the areas we add real value by leveraging the expertise of partners.",
        "value": {
            "amount": 30000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 2
        },
        "lots": [
            {
                "id": "1",
                "title": "Applications Development",
                "description": "\"The ability to build and deliver customer and business facing applications from well elaborated requirements\" This lot is intended for suppliers who will largely be working with the Met Office, where we will be defining requirements and supervising delivery with the expectation of transferring the capability back to an internal team or other 3rd party support capability.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "quality scenario lot 1",
                            "type": "quality",
                            "description": "60%"
                        },
                        {
                            "name": "social value covid-19 recovery",
                            "type": "quality",
                            "description": "3%"
                        },
                        {
                            "name": "social value tacking economic inequality",
                            "type": "quality",
                            "description": "3%"
                        },
                        {
                            "name": "social value equal opportunity",
                            "type": "quality",
                            "description": "4%"
                        },
                        {
                            "name": "security- monitoring",
                            "type": "quality",
                            "description": "3%"
                        },
                        {
                            "name": "security- identity management, authentication and access control",
                            "type": "quality",
                            "description": "4%"
                        },
                        {
                            "name": "security- asset management",
                            "type": "quality",
                            "description": "3%"
                        },
                        {
                            "type": "price",
                            "description": "20%"
                        }
                    ]
                },
                "value": {
                    "amount": 7000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "maximumCandidates": 30
                },
                "selectionCriteria": {
                    "description": "Providers submissions need to have been evaluated as passing the pass/fail criteria and score sufficiently for each lot (i.e. to be one of the top 30 highest scoring providers), in order to be Invited to Tender. If a bidder's or bidders evaluated scores are within 1% of the score of the bidder who are in the lowest successful position (e.g. the 30th highest scoring submission for Lot 1), then they will also be added to list of bidders to be Invited to Tender."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "2",
                "title": "Applications Design, Development & Support",
                "description": "An overlapping category that distinguishes larger organisations that can deliver and support the end to end discovery and live phases of any capability from outline requirements. This lot is intended for suppliers who may largely be working with Met Office, where we will expect that supplier to understand an outcome and perform the discovery, lifecycle and retirement activities required to deliver it. The critical differentiator for these suppliers is their ability to provide a hosting and support capability.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality scenario Lot 1",
                            "type": "quality",
                            "description": "20%"
                        },
                        {
                            "name": "Quality scenario Lot 2 Question 1",
                            "type": "quality",
                            "description": "20%"
                        },
                        {
                            "name": "Quality scenario Lot 2 Question 2",
                            "type": "quality",
                            "description": "20%"
                        },
                        {
                            "name": "Social Value- Covid-19 recovery",
                            "type": "quality",
                            "description": "3%"
                        },
                        {
                            "name": "Social Value- tackling economic inequality",
                            "type": "quality",
                            "description": "3%"
                        },
                        {
                            "name": "Social Value- equal opportunity",
                            "type": "quality",
                            "description": "4%"
                        },
                        {
                            "name": "Security- identity management, authentication and access control",
                            "type": "quality",
                            "description": "4%"
                        },
                        {
                            "name": "Security- monitoring",
                            "type": "quality",
                            "description": "3%"
                        },
                        {
                            "name": "Security- asset management",
                            "type": "quality",
                            "description": "3%"
                        },
                        {
                            "type": "price",
                            "description": "20%"
                        }
                    ]
                },
                "value": {
                    "amount": 8000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "description": "Providers submissions need to have been evaluated as passing the pass/fail criteria and score sufficiently for each lot (i.e. to be one of the top 20 highest scoring providers), in order to be Invited to Tender. If a bidder's or bidders evaluated scores are within 1% of the score of the bidder who are in the lowest successful position (e.g. the 20th highest scoring submission for Lot 2), then they will also be added to list of bidders to be Invited to Tender."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "3",
                "title": "Hardware Installation, lifecycling and support",
                "description": "The ability to install and support physical infrastructure such as compute and network capability. This lot is intended for suppliers who are expected to be able to provide the ability to installation, management, migration and integration of hardware solutions at scale, or in niche contexts.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality Scenario- Lot 3",
                            "type": "quality",
                            "description": "60%"
                        },
                        {
                            "name": "Social Value- Covid-19 recovery",
                            "type": "quality",
                            "description": "3%"
                        },
                        {
                            "name": "Social Value- tackling economic inequality",
                            "type": "quality",
                            "description": "3%"
                        },
                        {
                            "name": "Social Value- equal opportunity",
                            "type": "quality",
                            "description": "4%"
                        },
                        {
                            "name": "Security- identity management, authentication and access control",
                            "type": "quality",
                            "description": "4%"
                        },
                        {
                            "name": "Security- monitoring",
                            "type": "quality",
                            "description": "3%"
                        },
                        {
                            "name": "Security- asset management",
                            "type": "quality",
                            "description": "3%"
                        },
                        {
                            "type": "price",
                            "description": "20%"
                        }
                    ]
                },
                "value": {
                    "amount": 1000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "description": "Providers submissions need to have been evaluated as passing the pass/fail criteria and score sufficiently for each lot (i.e. to be one of the top 20 highest scoring providers), in order to be Invited to Tender. If a bidder's or bidders evaluated scores are within 1% of the score of the bidder who are in the lowest successful position (e.g. the 20th highest scoring submission for Lot 3), then they will also be added to list of bidders to be Invited to Tender."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "4",
                "title": "Advice and Expertise",
                "description": "Leadership and consultancy to provide advice to a programme in the form of ongoing expertise, business analysis or project management. This lot is intended for areas where the Met Office is expected to be able to deliver the outcome, but expertise is needed at a high level to define the desired outcome or the roadmap. These suppliers will also be capable of providing supporting delivery resources, but not necessarily the delivery resources themselves.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality Scenario Lot 4",
                            "type": "quality",
                            "description": "60%"
                        },
                        {
                            "name": "Social Value- covid-19 recovery",
                            "type": "quality",
                            "description": "3%"
                        },
                        {
                            "name": "Social Value- tackling economic inequality",
                            "type": "quality",
                            "description": "3%"
                        },
                        {
                            "name": "Social Value- equal opportunity",
                            "type": "quality",
                            "description": "4%"
                        },
                        {
                            "name": "Security- identity management, authentication and access control",
                            "type": "quality",
                            "description": "4%"
                        },
                        {
                            "name": "Security- monitoring",
                            "type": "quality",
                            "description": "3%"
                        },
                        {
                            "name": "Security- asset management",
                            "type": "quality",
                            "description": "3%"
                        },
                        {
                            "type": "price",
                            "description": "20%"
                        }
                    ]
                },
                "value": {
                    "amount": 4000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "maximumCandidates": 30
                },
                "selectionCriteria": {
                    "description": "Providers submissions need to have been evaluated as passing the pass/fail criteria and score sufficiently for each lot (i.e. to be one of the top 30 highest scoring providers), in order to be Invited to Tender. If a bidder's or bidders evaluated scores are within 1% of the score of the bidder who are in the lowest successful position (e.g. the 30th highest scoring submission for Lot 4), then they will also be added to list of bidders to be Invited to Tender."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "5",
                "title": "Enterprise Partners",
                "description": "Suppliers with capability across all other Lots who have experience in delivering large change programmes and projects. Large scale suppliers with reach back and out to all delivery, management and support capabilities Lot 5 is specifically designed to capture the large system integrators and IT service suppliers should a \"one stop shop\" solution be required, or a significantly large and costly programme of work be best delivered by one party. Therefore Lot 5 providers will be required to demonstrate that they have existing skills, capabilities and pricing across Lots 2, 3 and 4 (as well as those required for Lot 5).",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality Scenario Lot 1",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "name": "Quality Scenario Lot 2 Question 1",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "name": "Quality Scenario Lot 2 Question 2",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "name": "Quality Scenario Lot 3",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "name": "Quality Scenario Lot 4",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "name": "Quality Scenario Lot 5",
                            "type": "quality",
                            "description": "10%"
                        },
                        {
                            "name": "Social Value- covid 19 recovery",
                            "type": "quality",
                            "description": "3%"
                        },
                        {
                            "name": "Social Value- tackling economic inequality",
                            "type": "quality",
                            "description": "3%"
                        },
                        {
                            "name": "Social Value- equal opportunity",
                            "type": "quality",
                            "description": "4%"
                        },
                        {
                            "name": "Security- identity management, authentication and access control",
                            "type": "quality",
                            "description": "4%"
                        },
                        {
                            "name": "Security- monitoring",
                            "type": "quality",
                            "description": "3%"
                        },
                        {
                            "name": "Security- asset management",
                            "type": "quality",
                            "description": "3%"
                        },
                        {
                            "type": "price",
                            "description": "20%"
                        }
                    ]
                },
                "value": {
                    "amount": 10000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72200000",
                        "description": "Software programming and consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72200000",
                        "description": "Software programming and consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72700000",
                        "description": "Computer network services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "5"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://procontract.due-north.com/Advert/Index?advertId=a2c9cf5f-83ca-ea11-8104-005056b64545",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Your financial risk will be evaluated PASS/FAIL. What we will do to assess your financial risk Stage 1 We will use a credit reference agency (Dun & Bradstreet) to obtain a financial risk indicator score (D&B Failure Score) for you and any members of your consortium or any nominated guarantor(s). If the financial risk indicator score is at levels 1(Minimal Risk), 2 (Lower than average risk) or 3 (Greater than average risk) , or there is an equivalent international score, you will receive a Pass for this question. Stage 2 If the financial risk indicators score is at Level 4 (High risk) or no financial risk score is available then we will ask for copies of your financial statements, audited if applicable, for the two most recent years. If there are no financial statements available, we will ask for other information including: * a statement of turnover, profit and loss account/income statement, balance sheet/statement of financial position and statement of cash flow for the most recent period of trading * forecast financial statements and cash for the current year and a bank letter outlining the current cash and credit position and/or * an alternative means of demonstrating financial status If the information we ask for is not provided you will Fail this question and your bid may be rejected. Stage 3 We will then use the information provided at stage 2 above to assess the level of financial risk using our financial risk assessment template, File 3 - Framework Financial Analysis. If the level of financial risk is unacceptable, you will Fail this question. If the level of risk is acceptable with mitigating actions, and you have not already nominated a guarantor, we will ask you to name a guarantor who will provide a Letter of Intent to sign a deed of guarantee for call off contracts awarded through this agreement if requested by the buyer. Our published guidance to buyers on the use of the agreement will indicate the need for a guarantee. The Letter of Intent to Guarantee is required to be on the letterhead of the guarantor and to be in the form set out in Appendix D to Commercial Terms Summary, Annex 2. A copy of the required wording for the Letter of Intent to Guarantee is also provided within the 'information and declaration' workbook File 4. In addition to the Letter of Intent to Guarantee, a Certified copy of the extract of the board minutes and/or resolution of the Guarantor approving the intention to enter into a Letter of Intent to Guarantee is required to be provided. If you have nominated a guarantor and your nominated guarantor's level of financial risk is unacceptable, you will Fail this question and your bid may be excluded. Stage 4 If you name a guarantor, stages 1, 2 and 3 above will be repeated on the guarantor. If you cannot provide a guarantor whose level of financial risk is acceptable, or you cannot provide a guarantor, you will Fail this question and your bid may be excluded. If any member of a group or a consortium has a level of financial risk which is unacceptable, and you cannot provide a guarantor whose level of financial risk is acceptable, then you will Fail this question and the consortium bid may be excluded.",
                    "minimum": "You must have, or agree to get before the framework contract start date, the following levels of insurance cover: * Employer's (Compulsory) Liability Insurance* = PS5,000,000 * Public Liability Insurance = PS5,000,000 * Professional Indemnity Insurance = PS5,000,000 * Product Liability Insurance = PS5,000,000 *It is a legal requirement that all companies hold Employer's (Compulsory) Liability Insurance of PS5 million as a minimum. Please note this requirement is not applicable to sole traders. You will be required to provide evidence of the above certificates prior to the framework commencement date.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "The selection criteria as stated in the selection stage documentation.",
                    "minimum": "Grounds for Mandatory Exclusion Grounds for Discretionary Exclusion Modern Slavery Act Cyber Essentials Plus and Security questions Skills and Apprentices Evidence of Contract Examples Prompt Payment of Subcontractors Acceptance of HM Government Supplier Code of Conduct Equality, Diversity & Inclusion Lot 1 Section 1 Skills Lot 1 Section 2 Organisational Capabilities Lot 2 Section 1 Skills Lot 2 Section 2 Organisational Capabilities Lot 3 Section 1 Skills Lot 3 Section 2 Organisational Capabilities Lot 4 Section 1 Skills Lot 4 Section 2 Organisational Capabilities Lot 5 Section 1 Skills Lot 5 Section 2 Organisational Capabilities",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 55
            }
        },
        "tenderPeriod": {
            "endDate": "2021-03-01T12:00:00Z"
        },
        "secondStage": {
            "invitationDate": "2021-03-31T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-1117",
            "name": "Met Office",
            "identifier": {
                "legalName": "Met Office"
            },
            "address": {
                "streetAddress": "Fitzroy Road",
                "locality": "Exeter",
                "region": "UK",
                "postalCode": "EX1 3PB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mr Aled Evans",
                "telephone": "+44 3301351550",
                "email": "aled.evans@metoffice.gov.uk",
                "url": "https://procontract.due-north.com/Advert/Index?advertId=a2c9cf5f-83ca-ea11-8104-005056b64545"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.metoffice.gov.uk",
                "buyerProfile": "http://www.metoffice.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "05",
                        "description": "Environmental protection"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-3004",
            "name": "Department for Business, Energy and Industrial Strategy",
            "identifier": {
                "legalName": "Department for Business, Energy and Industrial Strategy"
            },
            "address": {
                "streetAddress": "1 Victoria Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1H 0ET",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "aled.evans@metoffice.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy"
            }
        },
        {
            "id": "GB-FTS-1807",
            "name": "Met Office",
            "identifier": {
                "legalName": "Met Office"
            },
            "address": {
                "locality": "Exeter",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-1117",
        "name": "Met Office"
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:348184-2020:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}