Award

NUN - Modern Methods of Construction, Architect and Employer's Agent Framework

NUNEATON AND BEDWORTH BOROUGH COUNCIL

This public procurement record has 2 releases in its history.

Award

07 Sep 2021 at 11:03

Tender

26 Mar 2021 at 15:11

Summary of the contracting process

The procurement process is conducted by Nuneaton and Bedworth Borough Council, focusing on a Framework Agreement titled "NUN - Modern Methods of Construction, Architect and Employer’s Agent Framework". This process falls under the construction industry and is located in the UK. The procurement is currently at the award stage, having recently reached completion on 7th September 2021, with ongoing activities for various lots. The total budget for this initiative amounts to £50,000,000, and it is established through a selective procurement method, specifically a two-stage restricted procedure aimed at inviting tenders from suitably qualified parties.

This tender provides ample opportunities for business growth, particularly for companies specialising in construction, architectural services, and project management. Small and medium enterprises (SMEs) and larger firms that can offer innovative construction methods or architecture design services will find it advantageous to compete for the contracts available under this framework. Successful bidders may engage in multiple lots, leading to long-term partnerships and projects that could extend over a decade, thereby ensuring sustained business activity and financial stability.

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

NUN - Modern Methods of Construction, Architect and Employer's Agent Framework

Notice Description

The Council is procuring providers for the delivery of construction and related activities under 3 Lots. The works and services will be delivered under a Framework Agreement (FAC1) and Call-Off Contract arrangements as detailed in the Tender documents. The Framework will be for four years, but call-off contracts may be for up to 10 years. NBBC is following a two-stage Restricted procurement procedure and anticipates shortlisting 10 bidders per Lot to be Invited to Tender. The Council anticipates awarding each Lot to 6 companies. The following Additional Clients and/ or other Additional Alliance Members may join the Alliance in accordance with clause 1.11: Any Local Authority or Registered Provider in the UK and their subsidiary and/or joint venture companies.

Lot Information

Lot 1 - Modern Methods of Construction, Civil, Structural and Groundworks

Lot 1 comprises the construction and installation of domestic modular constructed dwellings of various designs and the provision of all associated site works required for completion of the developments.Works will be priced under property archetype rates, schedules of rates and design services.Full details are included in the Specifications and Pricing Documents plus ancillary appendices.Call-off contracts may be made up to the framework agreement end date and therefore may be live beyond the end date of the Framework Agreement end date. The Framework will be for four years, but call-off contracts for works and services under it may be for up to 10 years. NBBC is following a two-stage Restricted procurement procedure under the Public Contracts Regulations 2015. Under the first stage, bidders are required to complete Lot-specific Selection Questionnaire documents. Following evaluation of submitted SQs, the Council anticipates shortlisting 10 bidders per Lot to be Invited to Tender under the second stage of the process. The Council anticipates awarding each Lot to 6 companies.The following Additional Clients and/ or other Additional Alliance Members may join the Alliance in accordance with clause 1.11: Any Local Authority or Registered Provider in the UK and their subsidiary and/or joint venture companies.Full details of the requirements and how to participate are in the procurement and Tender documents.

Lot 2 - Architect and Lead Designer Services

Lot 2 comprises the following:* Architectural & Design Services in the pre-tender stage for Housing developments delivered using Modern Methods of Construction (MMC)* Architectural & Design Services in the pre-tender stage for Housing developments delivered using a traditional Design & Build approach* Employer's Agent Services for post tender services for Housing developments delivered using a traditional Design & Build approach. (This will only be used where the Architect/Lead Designer has been retained from the pre-tender stage).* Principal Designer Services - single fee proposal for Housing delivered either through MMC, D & B or Traditional procurementCall-off contracts may be made up to the framework agreement end date and therefore may be live beyond the end date of the Framework Agreement end date. The Framework will be for four years, but call-off contracts for works and services under it may be for up to 10 years. NBBC is following a two-stage Restricted procurement procedure under the Public Contracts Regulations 2015. Under the first stage, bidders are required to complete Lot-specific Selection Questionnaire documents. Following evaluation of submitted SQs, the Council anticipates shortlisting 10 bidders per Lot to be Invited to Tender under the second stage of the process. The Council anticipates awarding each Lot to 6 companies. The following Additional Clients and/ or other Additional Alliance Members may join the Alliance in accordance with clause 1.11: Any Local Authority or Registered Provider in the UK and their subsidiary and/or joint venture companies. Full details of the requirements and how to participate are in the procurement and Tender documents. In addition to the above the appointed Consultant may be awarded contracts for design services that relate to building types other than housing although this is not anticipated to be a substantial part of the Framework. Full details are included in the Specifications and Pricing Documents plus ancillary appendices.

Lot 3 - Project Management, Employer's Agent and Quantity Surveyor Services

Lot 3 comprises the following:* Employer's Agent and Quantity Surveying Services for Housing developments delivered using Modern Methods of Construction* Employer's Agent and Quantity Surveying Services for Housing developments delivered using a traditional Design & Build approach* Quantity Surveying for Housing developments at initiation stages.In addition to the above the appointed Consultant may be awarded contracts for Project Management, Employers Agent and Quantity Surveying services that relate to building types other than housing although this is not anticipated to be a substantial part of the Framework. Full details are included in the Specifications and Pricing Documents plus ancillary appendices. Call-off contracts may be made up to the framework agreement end date and therefore may be live beyond the end date of the Framework Agreement end date. The Framework will be for four years, but call-off contracts for works and services under it may be for up to 10 years. NBBC is following a two-stage Restricted procurement procedure under the Public Contracts Regulations 2015. Under the first stage, bidders are required to complete Lot-specific Selection Questionnaire documents. Following evaluation of submitted SQs, the Council anticipates shortlisting 10 bidders per Lot to be Invited to Tender under the second stage of the process. The Council anticipates awarding each Lot to 6 companies. The following Additional Clients and/ or other Additional Alliance Members may join the Alliance in accordance with clause 1.11: Any Local Authority or Registered Provider in the UK and their subsidiary and/or joint venture companies. Full details of the requirements and how to participate are in the procurement and Tender documents.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-029fd7
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/022128-2021
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work

71 - Architectural, construction, engineering and inspection services

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

44211000 - Prefabricated buildings

44211100 - Modular and portable buildings

45000000 - Construction work

45100000 - Site preparation work

45110000 - Building demolition and wrecking work and earthmoving work

45111000 - Demolition, site preparation and clearance work

45111250 - Ground investigation work

45112000 - Excavating and earthmoving work

45112700 - Landscaping work

45200000 - Works for complete or part construction and civil engineering work

45210000 - Building construction work

45223000 - Structures construction work

45223810 - Prefabricated constructions

45223820 - Prefabricated units and components

45223821 - Prefabricated units

45223822 - Prefabricated components

45260000 - Roof works and other special trade construction works

45262500 - Masonry and bricklaying work

45262800 - Building extension work

71000000 - Architectural, construction, engineering and inspection services

71220000 - Architectural design services

71221000 - Architectural services for buildings

71242000 - Project and design preparation, estimation of costs

71251000 - Architectural and building-surveying services

71322100 - Quantity surveying services for civil engineering works

71324000 - Quantity surveying services

71400000 - Urban planning and landscape architectural services

71500000 - Construction-related services

71540000 - Construction management services

71541000 - Construction project management services

79415200 - Design consultancy services

Notice Value(s)

Tender Value
£50,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£6,250,000 £1M-£10M

Notice Dates

Publication Date
7 Sep 20214 years ago
Submission Deadline
26 Apr 2021Expired
Future Notice Date
Not specified
Award Date
19 Aug 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active, Unsuccessful
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NUNEATON AND BEDWORTH BOROUGH COUNCIL
Contact Name
Nuneaton and Bedworth Borough Council - Procurement Team
Contact Email
procurement@nuneatonandbedworth.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
NUNEATON
Postcode
CV11 5AA
Post Town
Coventry
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG1 Herefordshire, Worcestershire and Warwickshire
Small Region (ITL 3)
TLG13 Warwickshire CC
Delivery Location
Not specified

Local Authority
Nuneaton and Bedworth
Electoral Ward
St Mary's
Westminster Constituency
Nuneaton

Supplier Information

Number of Suppliers
11
Supplier Names

BAILY GARNER

BOND BRYAN ARCHITECTS

CALFORDSEADEN

DARNTON B3

EDGEPS

GOTCH SAUNDERS & SURRIDGE LLP T/A GSSARCHITECTURE

JOHN LESTER PARTNERSHIP

MICHAEL DYSON ASSOCIATES

RG&P

RIDGE AND PARTNERS

WELLING PARTNERSHIP

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-029fd7-2021-09-07T12:03:15+01:00",
    "date": "2021-09-07T12:03:15+01:00",
    "ocid": "ocds-h6vhtk-029fd7",
    "initiationType": "tender",
    "tender": {
        "id": "10375",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "NUN - Modern Methods of Construction, Architect and Employer's Agent Framework",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "description": "The Council is procuring providers for the delivery of construction and related activities under 3 Lots. The works and services will be delivered under a Framework Agreement (FAC1) and Call-Off Contract arrangements as detailed in the Tender documents. The Framework will be for four years, but call-off contracts may be for up to 10 years. NBBC is following a two-stage Restricted procurement procedure and anticipates shortlisting 10 bidders per Lot to be Invited to Tender. The Council anticipates awarding each Lot to 6 companies. The following Additional Clients and/ or other Additional Alliance Members may join the Alliance in accordance with clause 1.11: Any Local Authority or Registered Provider in the UK and their subsidiary and/or joint venture companies.",
        "value": {
            "amount": 50000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 - Modern Methods of Construction, Civil, Structural and Groundworks",
                "description": "Lot 1 comprises the construction and installation of domestic modular constructed dwellings of various designs and the provision of all associated site works required for completion of the developments.Works will be priced under property archetype rates, schedules of rates and design services.Full details are included in the Specifications and Pricing Documents plus ancillary appendices.Call-off contracts may be made up to the framework agreement end date and therefore may be live beyond the end date of the Framework Agreement end date. The Framework will be for four years, but call-off contracts for works and services under it may be for up to 10 years. NBBC is following a two-stage Restricted procurement procedure under the Public Contracts Regulations 2015. Under the first stage, bidders are required to complete Lot-specific Selection Questionnaire documents. Following evaluation of submitted SQs, the Council anticipates shortlisting 10 bidders per Lot to be Invited to Tender under the second stage of the process. The Council anticipates awarding each Lot to 6 companies.The following Additional Clients and/ or other Additional Alliance Members may join the Alliance in accordance with clause 1.11: Any Local Authority or Registered Provider in the UK and their subsidiary and/or joint venture companies.Full details of the requirements and how to participate are in the procurement and Tender documents.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 10,
                    "maximumCandidates": 10
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "Lot 2 - Architect and Lead Designer Services",
                "description": "Lot 2 comprises the following:* Architectural & Design Services in the pre-tender stage for Housing developments delivered using Modern Methods of Construction (MMC)* Architectural & Design Services in the pre-tender stage for Housing developments delivered using a traditional Design & Build approach* Employer's Agent Services for post tender services for Housing developments delivered using a traditional Design & Build approach. (This will only be used where the Architect/Lead Designer has been retained from the pre-tender stage).* Principal Designer Services - single fee proposal for Housing delivered either through MMC, D & B or Traditional procurementCall-off contracts may be made up to the framework agreement end date and therefore may be live beyond the end date of the Framework Agreement end date. The Framework will be for four years, but call-off contracts for works and services under it may be for up to 10 years. NBBC is following a two-stage Restricted procurement procedure under the Public Contracts Regulations 2015. Under the first stage, bidders are required to complete Lot-specific Selection Questionnaire documents. Following evaluation of submitted SQs, the Council anticipates shortlisting 10 bidders per Lot to be Invited to Tender under the second stage of the process. The Council anticipates awarding each Lot to 6 companies. The following Additional Clients and/ or other Additional Alliance Members may join the Alliance in accordance with clause 1.11: Any Local Authority or Registered Provider in the UK and their subsidiary and/or joint venture companies. Full details of the requirements and how to participate are in the procurement and Tender documents. In addition to the above the appointed Consultant may be awarded contracts for design services that relate to building types other than housing although this is not anticipated to be a substantial part of the Framework. Full details are included in the Specifications and Pricing Documents plus ancillary appendices.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 10,
                    "maximumCandidates": 10
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                }
            },
            {
                "id": "3",
                "title": "Lot 3 - Project Management, Employer's Agent and Quantity Surveyor Services",
                "description": "Lot 3 comprises the following:* Employer's Agent and Quantity Surveying Services for Housing developments delivered using Modern Methods of Construction* Employer's Agent and Quantity Surveying Services for Housing developments delivered using a traditional Design & Build approach* Quantity Surveying for Housing developments at initiation stages.In addition to the above the appointed Consultant may be awarded contracts for Project Management, Employers Agent and Quantity Surveying services that relate to building types other than housing although this is not anticipated to be a substantial part of the Framework. Full details are included in the Specifications and Pricing Documents plus ancillary appendices. Call-off contracts may be made up to the framework agreement end date and therefore may be live beyond the end date of the Framework Agreement end date. The Framework will be for four years, but call-off contracts for works and services under it may be for up to 10 years. NBBC is following a two-stage Restricted procurement procedure under the Public Contracts Regulations 2015. Under the first stage, bidders are required to complete Lot-specific Selection Questionnaire documents. Following evaluation of submitted SQs, the Council anticipates shortlisting 10 bidders per Lot to be Invited to Tender under the second stage of the process. The Council anticipates awarding each Lot to 6 companies. The following Additional Clients and/ or other Additional Alliance Members may join the Alliance in accordance with clause 1.11: Any Local Authority or Registered Provider in the UK and their subsidiary and/or joint venture companies. Full details of the requirements and how to participate are in the procurement and Tender documents.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 10,
                    "maximumCandidates": 10
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45111250",
                        "description": "Ground investigation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71500000",
                        "description": "Construction-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71541000",
                        "description": "Construction project management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45100000",
                        "description": "Site preparation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71400000",
                        "description": "Urban planning and landscape architectural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45112700",
                        "description": "Landscaping work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223810",
                        "description": "Prefabricated constructions"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71540000",
                        "description": "Construction management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262500",
                        "description": "Masonry and bricklaying work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45260000",
                        "description": "Roof works and other special trade construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44211000",
                        "description": "Prefabricated buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223821",
                        "description": "Prefabricated units"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45112000",
                        "description": "Excavating and earthmoving work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223822",
                        "description": "Prefabricated components"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71251000",
                        "description": "Architectural and building-surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262800",
                        "description": "Building extension work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223820",
                        "description": "Prefabricated units and components"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71324000",
                        "description": "Quantity surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111000",
                        "description": "Demolition, site preparation and clearance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45110000",
                        "description": "Building demolition and wrecking work and earthmoving work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322100",
                        "description": "Quantity surveying services for civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45200000",
                        "description": "Works for complete or part construction and civil engineering work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44211100",
                        "description": "Modular and portable buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223000",
                        "description": "Structures construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Works and associated services performed under Lot 1 may take place at any location in the United Kingdom."
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71500000",
                        "description": "Construction-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71541000",
                        "description": "Construction project management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71400000",
                        "description": "Urban planning and landscape architectural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79415200",
                        "description": "Design consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71540000",
                        "description": "Construction management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71221000",
                        "description": "Architectural services for buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71251000",
                        "description": "Architectural and building-surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71242000",
                        "description": "Project and design preparation, estimation of costs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71220000",
                        "description": "Architectural design services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Services performed under Lot 2 may take place at any location in the United Kingdom."
                },
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71500000",
                        "description": "Construction-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71541000",
                        "description": "Construction project management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71400000",
                        "description": "Urban planning and landscape architectural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71540000",
                        "description": "Construction management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71251000",
                        "description": "Architectural and building-surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Services performed under Lot 3 may take place at any location in the United Kingdom."
                },
                "relatedLot": "3"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://in-tendhost.co.uk/csw-jets",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "As detailed in the procurement and Tender documents",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "As detailed in the procurement documents",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 18,
                "periodRationale": "N/A"
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-04-26T12:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2021-05-14T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "reviewDetails": "Nuneaton and Bedworth Borough Council will observe a stand still period following the award of the Framework and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended)."
    },
    "parties": [
        {
            "id": "GB-FTS-10330",
            "name": "Nuneaton and Bedworth Borough Council",
            "identifier": {
                "legalName": "Nuneaton and Bedworth Borough Council"
            },
            "address": {
                "streetAddress": "Town Hall , Coton Road",
                "locality": "Nuneaton",
                "region": "UK",
                "postalCode": "CV11 5AA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Nuneaton and Bedworth Borough Council - Procurement Team",
                "email": "procurement@nuneatonandbedworth.gov.uk",
                "url": "https://in-tendhost.co.uk/csw-jets"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.nuneatonandbedworth.gov.uk",
                "buyerProfile": "http://www.csw-jets.co.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-726",
            "name": "High Court of England and Wales",
            "identifier": {
                "legalName": "High Court of England and Wales"
            },
            "address": {
                "streetAddress": "The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        },
        {
            "id": "GB-FTS-10331",
            "name": "Cabinet Office",
            "identifier": {
                "legalName": "Cabinet Office"
            },
            "address": {
                "streetAddress": "70 Whitehall",
                "locality": "Nuneaton",
                "postalCode": "SW1A 2AS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewContactPoint"
            ]
        },
        {
            "id": "GB-FTS-27618",
            "name": "Baily Garner LLP",
            "identifier": {
                "legalName": "Baily Garner LLP"
            },
            "address": {
                "streetAddress": "146-148 Eltham Hill,",
                "locality": "London",
                "region": "UKI",
                "postalCode": "SE9 5DY",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-27619",
            "name": "EdgePS Limited",
            "identifier": {
                "legalName": "EdgePS Limited"
            },
            "address": {
                "streetAddress": "3 Heritage Mews, High Pavement",
                "locality": "Nottingham",
                "region": "UKF14",
                "postalCode": "NG1 1HN",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-27620",
            "name": "Bond Bryan Architects Limited",
            "identifier": {
                "legalName": "Bond Bryan Architects Limited"
            },
            "address": {
                "streetAddress": "The Church Studio, Springvale Road",
                "locality": "Sheffield",
                "region": "UKE32",
                "postalCode": "S10 1LP",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-27621",
            "name": "Gotch Saunders & Surridge LLP t/a GSSArchitecture",
            "identifier": {
                "legalName": "Gotch Saunders & Surridge LLP t/a GSSArchitecture"
            },
            "address": {
                "streetAddress": "35 Headlands, Kettering",
                "locality": "Northamptonshire",
                "region": "UKF2",
                "postalCode": "NN15 7ES",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-27622",
            "name": "Calfordseaden LLP",
            "identifier": {
                "legalName": "Calfordseaden LLP"
            },
            "address": {
                "streetAddress": "Devonshire House, 60 Goswell Road",
                "locality": "London",
                "region": "UKI",
                "postalCode": "EC1M 7AD",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-27623",
            "name": "DARNTON B3 LTD",
            "identifier": {
                "legalName": "DARNTON B3 LTD"
            },
            "address": {
                "streetAddress": "10 South Parade,",
                "locality": "Leeds",
                "region": "UKE42",
                "postalCode": "LS1 5QS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-27624",
            "name": "RG&P Limited",
            "identifier": {
                "legalName": "RG&P Limited"
            },
            "address": {
                "streetAddress": "Waterloo House, 71 Princess Road West",
                "locality": "Leicester",
                "region": "UKF21",
                "postalCode": "LE1 6TR",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-27625",
            "name": "John Lester Partnership Ltd",
            "identifier": {
                "legalName": "John Lester Partnership Ltd"
            },
            "address": {
                "streetAddress": "Elizabeth House, 47 High Street",
                "locality": "Lutterworth",
                "region": "UKF2",
                "postalCode": "LE17 4AY",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-27626",
            "name": "Michael Dyson Associates Ltd",
            "identifier": {
                "legalName": "Michael Dyson Associates Ltd"
            },
            "address": {
                "streetAddress": "West House, Meltham Road, Honley",
                "locality": "Holmfirth",
                "region": "UKE4",
                "postalCode": "HD9 6LB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-27627",
            "name": "Ridge and Partners LLP",
            "identifier": {
                "legalName": "Ridge and Partners LLP"
            },
            "address": {
                "streetAddress": "The Cowyards, Blenheim Park, Oxford Road,",
                "locality": "Woodstock",
                "region": "UKJ14",
                "postalCode": "OX20 1QR",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-27628",
            "name": "Welling Partnership LLP",
            "identifier": {
                "legalName": "Welling Partnership LLP"
            },
            "address": {
                "streetAddress": "Viceroy House, 6 Mountbnatten Business Centre, Millbrook Road East",
                "locality": "Southampton",
                "region": "UKJ32",
                "postalCode": "SO15 1HY",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-137",
            "name": "Cabinet Office",
            "identifier": {
                "legalName": "Cabinet Office"
            },
            "address": {
                "streetAddress": "70 Whitehall",
                "locality": "London",
                "postalCode": "SW1A 2AS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-10330",
        "name": "Nuneaton and Bedworth Borough Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "022128-2021-1",
            "relatedLots": [
                "1"
            ],
            "title": "Lot 1 - Modern Methods of Construction, Civil, Structural and Groundworks",
            "status": "unsuccessful",
            "statusDetails": "discontinued"
        },
        {
            "id": "022128-2021-2",
            "relatedLots": [
                "2"
            ],
            "title": "Lot 2 - Architect and Lead Designer Services",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-27618",
                    "name": "Baily Garner LLP"
                },
                {
                    "id": "GB-FTS-27620",
                    "name": "Bond Bryan Architects Limited"
                },
                {
                    "id": "GB-FTS-27621",
                    "name": "Gotch Saunders & Surridge LLP t/a GSSArchitecture"
                },
                {
                    "id": "GB-FTS-27622",
                    "name": "Calfordseaden LLP"
                },
                {
                    "id": "GB-FTS-27623",
                    "name": "DARNTON B3 LTD"
                },
                {
                    "id": "GB-FTS-27624",
                    "name": "RG&P Limited"
                }
            ]
        },
        {
            "id": "022128-2021-3",
            "relatedLots": [
                "3"
            ],
            "title": "Lot 3 - Project Management, Employer's Agent and Quantity Surveyor Services",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-27619",
                    "name": "EdgePS Limited"
                },
                {
                    "id": "GB-FTS-27625",
                    "name": "John Lester Partnership Ltd"
                },
                {
                    "id": "GB-FTS-27626",
                    "name": "Michael Dyson Associates Ltd"
                },
                {
                    "id": "GB-FTS-27627",
                    "name": "Ridge and Partners LLP"
                },
                {
                    "id": "GB-FTS-27628",
                    "name": "Welling Partnership LLP"
                },
                {
                    "id": "GB-FTS-27622",
                    "name": "Calfordseaden LLP"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "022128-2021-2",
            "awardID": "022128-2021-2",
            "title": "Lot 2 - Architect and Lead Designer Services",
            "status": "active",
            "value": {
                "amount": 5000000,
                "currency": "GBP"
            },
            "dateSigned": "2021-08-20T00:00:00+01:00"
        },
        {
            "id": "022128-2021-3",
            "awardID": "022128-2021-3",
            "title": "Lot 3 - Project Management, Employer's Agent and Quantity Surveyor Services",
            "status": "active",
            "value": {
                "amount": 1250000,
                "currency": "GBP"
            },
            "dateSigned": "2021-08-20T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "2",
                "value": 8
            },
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "3",
                "value": 8
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "2",
                "value": 7
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "3",
                "value": 5
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "3",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "2",
                "value": 0
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "3",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "2",
                "value": 8
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "3",
                "value": 0
            }
        ]
    }
}