Tender

Promoting and Delivering Commercial Excellence for Parliament

CORPORATE OFFICERS OF THE HOUSE OF LORDS AND HOUSE OF COMMONS, ACTING JOINTLY

This public procurement record has 1 release in its history.

Tender

18 Jun 2021 at 16:27

Summary of the contracting process

The procurement process titled "Promoting and Delivering Commercial Excellence for Parliament" is being conducted by the Corporate Officers of the House of Lords and House of Commons, located at The Palace of Westminster, London. This open procedure tender, classified under staff training services, is currently in the tender stage, with a submission deadline set for 27 July 2021. The framework will establish multiple lots for training and consultancy services over a contract period of four years, including consultancy on NEC contracts and e-learning platforms. The award period begins on 28 July 2021.

This tender presents significant growth opportunities for businesses specialising in training and consultancy services, especially those with expertise in construction contract management and NEC training ideologies. Suppliers capable of providing innovative e-learning content, as well as comprehensive training programmes tailored to various levels of expertise in NEC contracts, would be particularly well-suited to compete. Additionally, businesses offering consultancy services in project assurance and quantity surveying will find this framework beneficial for expanding their service portfolio and fostering long-term partnerships with a parliamentary client base.

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

Promoting and Delivering Commercial Excellence for Parliament

Notice Description

We seek to establish a multi-lot framework agreement for the provision of training and development and professional consultancy services. Once established, the framework agreement will enable its primary end user - In-House Services and Estates, Portfolio Management Office, to improve the organisation commercial capability, maturity, and approach by enabling access to wide range of training and development requirement, along with professional consultancy services.The primary focus of the framework agreement will be to improve the effective use of the NEC family of contracts to enable more effective deliver of construction related projects and maintenance services on the Parliamentary Estate. The framework agreement shall appoint, through a competitive tendering process, suitably qualified, experienced and industry leading contractors, who have a proven track record of delivering the full and extensive range of requirements detailed within the scope of service document.

Lot Information

GSV2186 Lot 1: E-Learning, Assessment Tools and Support Platform

The Framework Member will be expected to align the content of the E-Learning platform with the Client's current learning management system, Act. Parliament learning management system (Act) requires a Sharable Content Object Reference Model (SCORM) compliant e-learning content. Act LMS is using a Totara platform and it fully supports SCORM 1.2 and partially supports SCORM 2004. At the most basic level there are two recording options: 1. Record a status of Complete/Incomplete for the e-learning package. 2. Record a status of Pass/Fail with the grade obtained. Option 1 is an e-learning course of the page turning variety, where the user is required to view every page to complete the course. Option 2 includes an assessment where the user must obtain a pass grade to return a status of 'Pass'. The assessment is generally at the end of the e-learning course and consists of several questions. SCORM packages can also record time spent and bookmark the course, so when the user returns to the course it will remember where the user last left the course and resume from that page. Before it can get uploaded on to Act, the e-learning package must go through and successfully pass Parliament's information security accreditation. The process of accreditation within the Houses of Parliament provides the Information Authority with assurance that technical solutions, storing or processing parliamentary data, are meeting appropriate security standards. This process will take approximately 2-3 months.

Renewal: After 3 years from contract commencement

GSV2186 Lot 2: Training Course Programme

The NEC training courses should leave delegates with the knowledge and resource to confidently apply (amongst others) the PSC, ECC, TSC and SC forms of contract and understand the importance of NEC concepts such as Early Warnings, Compensation Events, Contract Data, Scope and Works Information. The courses below have been categorised at three delegate levels: Entry No prior knowledge of NEC Intermediate Some knowledge of NEC and a grasp of the basic principles Advanced High level of knowledge / experience or completed intermediate course The courses should include (but not be limited to) the following: Courses (In-house, online, offsite) for NEC3, NEC4 and future published versions Entry (1 Day) Professional Services Contract (PSC) Engineering and Construction Contract (ECC) Term Service Contract (TSC) Supply Contract (SC) Design Build and Operate Contract (DBO) Entry (1/2 Day) Professional Services Short Contract (PSSC) Engineering and Construction Short Contract (ECSC) Terms Service Short Contract (TSSC) Supply Short Contract (SSC) Alliance Contract (ALC) Dispute Resolution Service Contract (DRSC) Framework Contract (FC) Intermediate (1 Day) NEC3 to NEC4 Professional Services Contract (PSC) Engineering and Construction Contract (ECC) Term Service Contract (TSC) Supply Contract (SC) Facilities Management Contract (FMC) Design Build and Operate Contract (DBO) Alliance Contract (ALC) Dispute Resolution Service Contract (DRSC) Framework Contract (FC) Advanced (Various Durations) ICE Accreditations Project Manager / Supervisor / Service Manager Role accreditation Renewals Extension for future published NEC versions Others NEC courses as required The courses and associated modules should make clear and cover, but not limited to: An introduction to the PSC, ECC, TSC, SC, FMC, PSSC, ECSC, TSSC and SSC forms of contract What the different pricing options are under the NEC3/4 suite of contracts and how these are used and managed in practice The purpose of all forms of contracts Introduction to Scope, Works Information, Service Information, Site Information, Early Warning, Compensation Events and Contract Data The relevance & significance of the Risk Register and programme/Accepted Programme The roles and responsibilities of key parties How to draft good quality Works Information and Scope document Development of an appropriate contract strategy Preparation of contract documents Understanding of the importance of the communication protocol Develop knowledge, comprehend the differences and apply the knowledge of Early Warnings and Compensation Events Gain insight of the Risk Register and apply risk management skills in practice Roles/responsibilities for managing EWN register particularly under NEC4 Roles within the contract What contract to use and when How to develop a culture of 'Mutual Trust and Cooperation' Use of Early Contractor Involvement (ECI) under NEC3 and NEC4

Renewal: After 3 years from contract commencement

GSV2186 Lot 3: NEC Consultancy Services

A consultancy service is required to provide a support network to Parliamentary members of staff. This will enable a constant personal development of the individual user and the improvement of the Clients effective use of the NEC form of contract. The Consultancy Service should include (but is not limited to): Assurance Contract, Project, Programme, and Portfolio assurance (Levels 1- 2 and to support Level 3 external assurance - See Appendix 2) Audits Contribute to audits conducted by other parties (e.g. Internal Audit or external audit) Supply chain competency assessment Contract, Project, Programme and Portfolio health checks Project peer reviews Procurement processes Review of documents Tender documents Tender submissions Tender Evaluations Tender award reports Contracts Contract management plan Strategies Processes Templates & Standard Other Support Strategic advice Portfolio, programme, project and contract level advice Coaching Dispute avoidance Open talks and 'ask the Specialist' (recorded) Surgeries Preparation / drafting / design Process design Guidance Strategies Tools and templates Bespoke contract terms Tender qualification / selection criteria Workshops (In-house and online) Tailored for projects / programme teams Procurement strategy workshop Contract (single contract) start-up Programme team (multi-project and contract) start-up Project team (multi contract) start-up

Renewal: After 3 years from contract commencement

GSV2186 Lot 4: General Consultancy Services

A consultancy service is required to provide commercial advice and assurance to the Client at project and portfolio level. The Framework Members should be able to provide the Client with long-lasting relationships and staff continuity to ensure a dependable level of service. The primary objective of the Framework Members appointed to deliver these General Consultancy Services will be to provide clear, impartial and expert advice across a range of defined Quantity Surveying (QS) disciplines as outlined within the scope of services in the tables below. The requirements sought will focus on the provision of assurance by offering expert advice and guidance to enable the Client to ensure that the highest professional, industry and regulatory standards are provided by the Framework Members . All resources appointed to Lot 4 of the Framework Agreement must demonstrate that they have the necessary experience, expertise, knowledge and resources to provide all the services outlined within the scope of requirements. It is also an essential requirement that suppliers appointed to Lot 4 of the Framework Agreement hold a valid membership with the Royal Institute of Chartered Surveyors (RICS), with the experience and capability to offer the best professional advice, best industry practices, guidance and support across the full range of QS services. As a mandatory requirement, suppliers and individuals wishing to be appointed to Lot 4 of the Framework Agreement will need to ensure that their professional practices, knowledge and working methods are updated through Continuous Professional Development (CPD), enabling the client to have full confidence in the advice and guidance provided across the full spectrum of QS services outlined within the scope. Framework Members admitted to the Framework Agreement will act in the best interest of the Client. The tables below outline the project commercial assurance categories, sub-categories and subsequent mitigation measures to put in place to ensure each deliverable can be quantified, measured and in line with the best commercial practices, government policies, guidelines and recommendations. Commercial assurance will be assessed across ten main commercial categories / criteria. Each criterion is aligned with the Government Functional Standard GovS 008.

Renewal: After 3 years from contract commencement

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02bded
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/013946-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

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

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

80 - Education and training services

92 - Recreational, cultural and sporting services


CPV Codes

72224000 - Project management consultancy services

79212000 - Auditing services

79212200 - Internal audit services

79418000 - Procurement consultancy services

79994000 - Contract administration services

80500000 - Training services

80510000 - Specialist training services

80511000 - Staff training services

80521000 - Training programme services

80531200 - Technical training services

92312212 - Services related to the preparation of training manuals

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Jun 20214 years ago
Submission Deadline
27 Jul 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
After 3 years from contract commencement

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
CORPORATE OFFICERS OF THE HOUSE OF LORDS AND HOUSE OF COMMONS, ACTING JOINTLY
Contact Name
Usha Oliver
Contact Email
ppcs@parliament.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1A 0AA
Post Town
South West London
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
TLI32 Westminster

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-02bded-2021-06-18T17:27:49+01:00",
    "date": "2021-06-18T17:27:49+01:00",
    "ocid": "ocds-h6vhtk-02bded",
    "initiationType": "tender",
    "tender": {
        "id": "GSV 2186",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Promoting and Delivering Commercial Excellence for Parliament",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "80511000",
            "description": "Staff training services"
        },
        "mainProcurementCategory": "services",
        "description": "We seek to establish a multi-lot framework agreement for the provision of training and development and professional consultancy services. Once established, the framework agreement will enable its primary end user - In-House Services and Estates, Portfolio Management Office, to improve the organisation commercial capability, maturity, and approach by enabling access to wide range of training and development requirement, along with professional consultancy services.The primary focus of the framework agreement will be to improve the effective use of the NEC family of contracts to enable more effective deliver of construction related projects and maintenance services on the Parliamentary Estate. The framework agreement shall appoint, through a competitive tendering process, suitably qualified, experienced and industry leading contractors, who have a proven track record of delivering the full and extensive range of requirements detailed within the scope of service document.",
        "lotDetails": {
            "maximumLotsBidPerSupplier": 4,
            "maximumLotsAwardedPerSupplier": 1
        },
        "lots": [
            {
                "id": "1",
                "title": "GSV2186 Lot 1: E-Learning, Assessment Tools and Support Platform",
                "description": "The Framework Member will be expected to align the content of the E-Learning platform with the Client's current learning management system, Act. Parliament learning management system (Act) requires a Sharable Content Object Reference Model (SCORM) compliant e-learning content. Act LMS is using a Totara platform and it fully supports SCORM 1.2 and partially supports SCORM 2004. At the most basic level there are two recording options: 1. Record a status of Complete/Incomplete for the e-learning package. 2. Record a status of Pass/Fail with the grade obtained. Option 1 is an e-learning course of the page turning variety, where the user is required to view every page to complete the course. Option 2 includes an assessment where the user must obtain a pass grade to return a status of 'Pass'. The assessment is generally at the end of the e-learning course and consists of several questions. SCORM packages can also record time spent and bookmark the course, so when the user returns to the course it will remember where the user last left the course and resume from that page. Before it can get uploaded on to Act, the e-learning package must go through and successfully pass Parliament's information security accreditation. The process of accreditation within the Houses of Parliament provides the Information Authority with assurance that technical solutions, storing or processing parliamentary data, are meeting appropriate security standards. This process will take approximately 2-3 months.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "After 3 years from contract commencement"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "2",
                "title": "GSV2186 Lot 2: Training Course Programme",
                "description": "The NEC training courses should leave delegates with the knowledge and resource to confidently apply (amongst others) the PSC, ECC, TSC and SC forms of contract and understand the importance of NEC concepts such as Early Warnings, Compensation Events, Contract Data, Scope and Works Information. The courses below have been categorised at three delegate levels: Entry No prior knowledge of NEC Intermediate Some knowledge of NEC and a grasp of the basic principles Advanced High level of knowledge / experience or completed intermediate course The courses should include (but not be limited to) the following: Courses (In-house, online, offsite) for NEC3, NEC4 and future published versions Entry (1 Day) Professional Services Contract (PSC) Engineering and Construction Contract (ECC) Term Service Contract (TSC) Supply Contract (SC) Design Build and Operate Contract (DBO) Entry (1/2 Day) Professional Services Short Contract (PSSC) Engineering and Construction Short Contract (ECSC) Terms Service Short Contract (TSSC) Supply Short Contract (SSC) Alliance Contract (ALC) Dispute Resolution Service Contract (DRSC) Framework Contract (FC) Intermediate (1 Day) NEC3 to NEC4 Professional Services Contract (PSC) Engineering and Construction Contract (ECC) Term Service Contract (TSC) Supply Contract (SC) Facilities Management Contract (FMC) Design Build and Operate Contract (DBO) Alliance Contract (ALC) Dispute Resolution Service Contract (DRSC) Framework Contract (FC) Advanced (Various Durations) ICE Accreditations Project Manager / Supervisor / Service Manager Role accreditation Renewals Extension for future published NEC versions Others NEC courses as required The courses and associated modules should make clear and cover, but not limited to: An introduction to the PSC, ECC, TSC, SC, FMC, PSSC, ECSC, TSSC and SSC forms of contract What the different pricing options are under the NEC3/4 suite of contracts and how these are used and managed in practice The purpose of all forms of contracts Introduction to Scope, Works Information, Service Information, Site Information, Early Warning, Compensation Events and Contract Data The relevance & significance of the Risk Register and programme/Accepted Programme The roles and responsibilities of key parties How to draft good quality Works Information and Scope document Development of an appropriate contract strategy Preparation of contract documents Understanding of the importance of the communication protocol Develop knowledge, comprehend the differences and apply the knowledge of Early Warnings and Compensation Events Gain insight of the Risk Register and apply risk management skills in practice Roles/responsibilities for managing EWN register particularly under NEC4 Roles within the contract What contract to use and when How to develop a culture of 'Mutual Trust and Cooperation' Use of Early Contractor Involvement (ECI) under NEC3 and NEC4",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "After 3 years from contract commencement"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "3",
                "title": "GSV2186 Lot 3: NEC Consultancy Services",
                "description": "A consultancy service is required to provide a support network to Parliamentary members of staff. This will enable a constant personal development of the individual user and the improvement of the Clients effective use of the NEC form of contract. The Consultancy Service should include (but is not limited to): Assurance Contract, Project, Programme, and Portfolio assurance (Levels 1- 2 and to support Level 3 external assurance - See Appendix 2) Audits Contribute to audits conducted by other parties (e.g. Internal Audit or external audit) Supply chain competency assessment Contract, Project, Programme and Portfolio health checks Project peer reviews Procurement processes Review of documents Tender documents Tender submissions Tender Evaluations Tender award reports Contracts Contract management plan Strategies Processes Templates & Standard Other Support Strategic advice Portfolio, programme, project and contract level advice Coaching Dispute avoidance Open talks and 'ask the Specialist' (recorded) Surgeries Preparation / drafting / design Process design Guidance Strategies Tools and templates Bespoke contract terms Tender qualification / selection criteria Workshops (In-house and online) Tailored for projects / programme teams Procurement strategy workshop Contract (single contract) start-up Programme team (multi-project and contract) start-up Project team (multi contract) start-up",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "After 3 years from contract commencement"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "4",
                "title": "GSV2186 Lot 4: General Consultancy Services",
                "description": "A consultancy service is required to provide commercial advice and assurance to the Client at project and portfolio level. The Framework Members should be able to provide the Client with long-lasting relationships and staff continuity to ensure a dependable level of service. The primary objective of the Framework Members appointed to deliver these General Consultancy Services will be to provide clear, impartial and expert advice across a range of defined Quantity Surveying (QS) disciplines as outlined within the scope of services in the tables below. The requirements sought will focus on the provision of assurance by offering expert advice and guidance to enable the Client to ensure that the highest professional, industry and regulatory standards are provided by the Framework Members . All resources appointed to Lot 4 of the Framework Agreement must demonstrate that they have the necessary experience, expertise, knowledge and resources to provide all the services outlined within the scope of requirements. It is also an essential requirement that suppliers appointed to Lot 4 of the Framework Agreement hold a valid membership with the Royal Institute of Chartered Surveyors (RICS), with the experience and capability to offer the best professional advice, best industry practices, guidance and support across the full range of QS services. As a mandatory requirement, suppliers and individuals wishing to be appointed to Lot 4 of the Framework Agreement will need to ensure that their professional practices, knowledge and working methods are updated through Continuous Professional Development (CPD), enabling the client to have full confidence in the advice and guidance provided across the full spectrum of QS services outlined within the scope. Framework Members admitted to the Framework Agreement will act in the best interest of the Client. The tables below outline the project commercial assurance categories, sub-categories and subsequent mitigation measures to put in place to ensure each deliverable can be quantified, measured and in line with the best commercial practices, government policies, guidelines and recommendations. Commercial assurance will be assessed across ten main commercial categories / criteria. Each criterion is aligned with the Government Functional Standard GovS 008.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "After 3 years from contract commencement"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80511000",
                        "description": "Staff training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80500000",
                        "description": "Training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80531200",
                        "description": "Technical training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "92312212",
                        "description": "Services related to the preparation of training manuals"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80521000",
                        "description": "Training programme services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80510000",
                        "description": "Specialist training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI32"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80511000",
                        "description": "Staff training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "92312212",
                        "description": "Services related to the preparation of training manuals"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80531200",
                        "description": "Technical training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80521000",
                        "description": "Training programme services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80510000",
                        "description": "Specialist training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI32"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79418000",
                        "description": "Procurement consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79212000",
                        "description": "Auditing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79994000",
                        "description": "Contract administration services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79212200",
                        "description": "Internal audit services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80521000",
                        "description": "Training programme services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI32"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79418000",
                        "description": "Procurement consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79994000",
                        "description": "Contract administration services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79212200",
                        "description": "Internal audit services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80521000",
                        "description": "Training programme services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI32"
                    }
                ],
                "relatedLot": "4"
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-07-27T11:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2021-07-28T00:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-07-28T00:00:00+01:00"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "After 3 years from contract commencement"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-19970",
            "name": "Corporate Officers of the House of Lords and House of Commons, acting jointly",
            "identifier": {
                "legalName": "Corporate Officers of the House of Lords and House of Commons, acting jointly"
            },
            "address": {
                "streetAddress": "The Palace of Westminster, London SW1",
                "locality": "London",
                "region": "UKI32",
                "postalCode": "SW1A0AA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Usha Oliver",
                "email": "ppcs@parliament.uk",
                "url": "https://in-tendhost.co.uk/parliamentuk/aspx/Home"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://in-tendhost.co.uk/parliamentuk/aspx/Home",
                "buyerProfile": "https://in-tendhost.co.uk/parliamentuk/aspx/Home",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1579",
            "name": "The High Court of Justice",
            "identifier": {
                "legalName": "The High Court of Justice"
            },
            "address": {
                "streetAddress": "The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-19970",
        "name": "Corporate Officers of the House of Lords and House of Commons, acting jointly"
    },
    "language": "en"
}