Award

Surface Transport Infrastructure Construction Framework

TRANSPORT FOR LONDON

This public procurement record has 1 release in its history.

Award

12 Aug 2021 at 09:34

Summary of the contracting process

The procurement process for the "Surface Transport Infrastructure Construction Framework" has been established by Transport for London (TfL), focusing on engineering and construction works across London. The procurement method employed is a selective, competitive procedure with negotiation, aimed at delivering medium to high complexity projects valued between £600 million to £800 million. The tender invitations were issued on 12th August 2021, with an emphasis on mini-competition for high-value projects among the five awarded suppliers: Costain Limited, Eurovia Infrastructure Limited, FM Conway Limited, Tarmac Trading Limited, and VolkerFitzpatrick. The framework enables allocation of projects based on the performance of selected contractors against key performance indicators (KPIs).

This tender presents significant growth opportunities for large construction and engineering firms capable of managing complex infrastructure projects. Businesses with expertise in areas such as highway constructions, bridge and tunnel works, and related consultative services should consider participating in mini-competitions initiated by TfL or other contracting authorities. Given the framework's focus on high-quality bidding, companies that can demonstrate both quality and competitive pricing will be well-positioned to secure contracts within the £100 million to £200 million range.

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

Surface Transport Infrastructure Construction Framework

Notice Description

TfL has established a pan-London single lot 5-supplier framework to deliver medium to high complexity/value enhancement and renewal capital projects and programmes and associated works and services as outlined in this Contract Notice and more particularly described in the procurement documents, for use by TfL and other contracting authorities identified in this Notice. All framework contractors will be invited to mini-compete for high complexity/value projects. The tenderers that submitted the 3 most economically advantageous tenders will also be directly allocated medium complexity/value projects by TfL at the Framework commencement. These will be equally distributed between the 3 contractors, and annually thereafter. Performance against KPIs will affect future annual allocation of work.

Lot Information

Lot 1

This framework relates to delivery of enhancements and renewals capital projects and programmes and associated works/services. Works/services will be instructed via call-off contracts to construct new or to enhance, renew, strengthen or undertake other interventions to highway and surface structures infrastructure assets under the control of TfL or other 'Highway Authorities' in London pursuant to relevant highways legislation. Projects will range in complexity and may include but are not limited to: * Highway infrastructure * Highway bridges * Road tunnels * Structures associated with highways * River assets TfL will identify high complexity/value works (Level 2 Works) or medium complexity/value works (Level 1 Works) using a risk and complexity assessment. Preliminary input activities (Level 0 Works) will be standalone professional services works. Level 0 Works /Services - Preliminary Input Activities These activities are typically professional services commissions for early contractor input to help inform/deliver the design and planning of construction works. Preliminary Input activities may include: * Reviews and optimisation of design to assure constructability * Schedule advice and optimisation * Cost advice, optimisation and estimating * Risk identification, assessment and risk minimisation strategy advice * Stakeholder management advice * Health, safety and environmental input * Optimising design and construction quality advice * Optimising reporting and communications advice * Delivery and advice of appropriate surveys and investigations all from the perspective of an experienced civil engineering contractor. Level 0 Works/Services will be standalone call-off contracts and will be awarded by TfL on either a rotation basis, directly awarded or via mini-competition across all framework contractors. Other contracting authorities (as referred to in Section VI.3) may award Level 0 Works/Services via mini-competition across all framework contractors. Level 1 Works - Medium Complexity and Value Works Level 1 Works are construction schemes, which may also include design development from a range of design maturity starting points, for projects of medium complexity and risk and generally have an estimated value of less than PS25m. TfL intends to direct allocate Level 1 Works throughout the duration of the framework to the framework contractors that submitted the 3 most economically advantageous tenders ("Core Contractors"). To achieve this, TfL will divide it's requirements for Level 1 Works into three roughly equal packages at framework start and on an annual basis thereafter and distribute to the Core Contractors accordingly, together with a mechanism to allocate new Level 1 Works or reallocate based on performance (evaluated against a suite of key performance indicators) together with the right for TfL to award Level 1 Works via mini-competition across all framework contractors. In the event of the insolvency of a Core Contractor, the framework contractor that submitted the 4th most economically advantageous tender will be next in line to be appointed as a Core Contractor. Other contracting authorities (as referred to in Section VI.3) may award Level 1 Works via mini-competition across all framework contractors. Level 2 Works - High Complexity and Value Works Level 2 Works are construction schemes, which may also include design development from a range of design maturity starting points, for projects of high complexity and risk and generally have an estimated value which is equal to or greater than PS25m. Level 2 Works will be awarded by TfL or other contracting authorities (as referred to in Section VI.3) via mini-competition. Additional information: The values in Section II.1.5 represent the maximum estimated value of works and/or services anticipated to be awarded under the framework. The estimated total value range may be 600,000,000 to 800,000,000 GBP.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02d3cf
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/019552-2021
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

71 - Architectural, construction, engineering and inspection services


CPV Codes

45220000 - Engineering works and construction works

45221111 - Road bridge construction work

45221241 - Road tunnel construction work

45223000 - Structures construction work

45233100 - Construction work for highways, roads

45233120 - Road construction works

45233125 - Road junction construction work

71310000 - Consultative engineering and construction services

71322000 - Engineering design services for the construction of civil engineering works

71510000 - Site-investigation services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£300,000,000 £100M-£1B

Notice Dates

Publication Date
12 Aug 20214 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
5 Apr 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
TRANSPORT FOR LONDON
Contact Name
Mr Edward Riddell
Contact Email
edwardriddell@tfl.gov.uk
Contact Phone
+44 2030545140

Buyer Location

Locality
LONDON
Postcode
E20 1JN
Post Town
East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI41 Hackney and Newham
Delivery Location
TLI London

Local Authority
Newham
Electoral Ward
Stratford Olympic Park
Westminster Constituency
Stratford and Bow

Supplier Information

Number of Suppliers
6
Supplier Names

COSTAIN

EUROVIA INFRASTRUCTURE

FM CONWAY

KIER HIGHWAYS

TARMAC TRADING

VOLKERFITZPATRICK

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-02d3cf-2021-08-12T10:34:29+01:00",
    "date": "2021-08-12T10:34:29+01:00",
    "ocid": "ocds-h6vhtk-02d3cf",
    "initiationType": "tender",
    "tender": {
        "id": "DN453866 (tfl_scp_001746d)",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Surface Transport Infrastructure Construction Framework",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45220000",
            "description": "Engineering works and construction works"
        },
        "mainProcurementCategory": "works",
        "description": "TfL has established a pan-London single lot 5-supplier framework to deliver medium to high complexity/value enhancement and renewal capital projects and programmes and associated works and services as outlined in this Contract Notice and more particularly described in the procurement documents, for use by TfL and other contracting authorities identified in this Notice. All framework contractors will be invited to mini-compete for high complexity/value projects. The tenderers that submitted the 3 most economically advantageous tenders will also be directly allocated medium complexity/value projects by TfL at the Framework commencement. These will be equally distributed between the 3 contractors, and annually thereafter. Performance against KPIs will affect future annual allocation of work.",
        "lots": [
            {
                "id": "1",
                "description": "This framework relates to delivery of enhancements and renewals capital projects and programmes and associated works/services. Works/services will be instructed via call-off contracts to construct new or to enhance, renew, strengthen or undertake other interventions to highway and surface structures infrastructure assets under the control of TfL or other 'Highway Authorities' in London pursuant to relevant highways legislation. Projects will range in complexity and may include but are not limited to: * Highway infrastructure * Highway bridges * Road tunnels * Structures associated with highways * River assets TfL will identify high complexity/value works (Level 2 Works) or medium complexity/value works (Level 1 Works) using a risk and complexity assessment. Preliminary input activities (Level 0 Works) will be standalone professional services works. Level 0 Works /Services - Preliminary Input Activities These activities are typically professional services commissions for early contractor input to help inform/deliver the design and planning of construction works. Preliminary Input activities may include: * Reviews and optimisation of design to assure constructability * Schedule advice and optimisation * Cost advice, optimisation and estimating * Risk identification, assessment and risk minimisation strategy advice * Stakeholder management advice * Health, safety and environmental input * Optimising design and construction quality advice * Optimising reporting and communications advice * Delivery and advice of appropriate surveys and investigations all from the perspective of an experienced civil engineering contractor. Level 0 Works/Services will be standalone call-off contracts and will be awarded by TfL on either a rotation basis, directly awarded or via mini-competition across all framework contractors. Other contracting authorities (as referred to in Section VI.3) may award Level 0 Works/Services via mini-competition across all framework contractors. Level 1 Works - Medium Complexity and Value Works Level 1 Works are construction schemes, which may also include design development from a range of design maturity starting points, for projects of medium complexity and risk and generally have an estimated value of less than PS25m. TfL intends to direct allocate Level 1 Works throughout the duration of the framework to the framework contractors that submitted the 3 most economically advantageous tenders (\"Core Contractors\"). To achieve this, TfL will divide it's requirements for Level 1 Works into three roughly equal packages at framework start and on an annual basis thereafter and distribute to the Core Contractors accordingly, together with a mechanism to allocate new Level 1 Works or reallocate based on performance (evaluated against a suite of key performance indicators) together with the right for TfL to award Level 1 Works via mini-competition across all framework contractors. In the event of the insolvency of a Core Contractor, the framework contractor that submitted the 4th most economically advantageous tender will be next in line to be appointed as a Core Contractor. Other contracting authorities (as referred to in Section VI.3) may award Level 1 Works via mini-competition across all framework contractors. Level 2 Works - High Complexity and Value Works Level 2 Works are construction schemes, which may also include design development from a range of design maturity starting points, for projects of high complexity and risk and generally have an estimated value which is equal to or greater than PS25m. Level 2 Works will be awarded by TfL or other contracting authorities (as referred to in Section VI.3) via mini-competition. Additional information: The values in Section II.1.5 represent the maximum estimated value of works and/or services anticipated to be awarded under the framework. The estimated total value range may be 600,000,000 to 800,000,000 GBP.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45221111",
                        "description": "Road bridge construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45221241",
                        "description": "Road tunnel construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223000",
                        "description": "Structures construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233125",
                        "description": "Road junction construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71310000",
                        "description": "Consultative engineering and construction services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71510000",
                        "description": "Site-investigation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "coveredBy": [
            "GPA"
        ],
        "reviewDetails": "TfL observed a standstill period for a minimum of 10 calendar days from when the contract award decision was notified to bidders. That notification provided full information on the award decision. The standstill period provided time for unsuccessful bidders to challenge the award decision before the framework agreements were entered into."
    },
    "awards": [
        {
            "id": "019552-2021-tfl_scp_001746d-1",
            "relatedLots": [
                "1"
            ],
            "title": "Surface Transport Infrastructure Construction Framework",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-25347",
                    "name": "Costain Limited"
                }
            ]
        },
        {
            "id": "019552-2021-tfl_scp_001746d-2",
            "relatedLots": [
                "1"
            ],
            "title": "Surface Transport Infrastructure Construction Framework",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-25348",
                    "name": "Eurovia Infrastructure Limited"
                }
            ]
        },
        {
            "id": "019552-2021-tfl_scp_001746d-3",
            "relatedLots": [
                "1"
            ],
            "title": "Surface Transport Infrastructure Construction",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-25349",
                    "name": "FM Conway Limited"
                }
            ]
        },
        {
            "id": "019552-2021-tfl_scp_001746d-4",
            "relatedLots": [
                "1"
            ],
            "title": "Surface Transport Infrastructure Construction",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-25350",
                    "name": "Tarmac Trading Limited"
                },
                {
                    "id": "GB-FTS-25352",
                    "name": "Kier Highways Limited"
                }
            ]
        },
        {
            "id": "019552-2021-tfl_scp_001746d-5",
            "relatedLots": [
                "1"
            ],
            "title": "Surface Transport Infrastructure Construction",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-25351",
                    "name": "VolkerFitzpatrick"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-2264",
            "name": "Transport for London",
            "identifier": {
                "legalName": "Transport for London"
            },
            "address": {
                "streetAddress": "5 Endeavour Square",
                "locality": "London",
                "region": "UKI",
                "postalCode": "E20 1JN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mr Edward Riddell",
                "telephone": "+44 2030545140",
                "email": "EdwardRiddell@tfl.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://tfl.gov.uk",
                "buyerProfile": "https://tfl.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-25347",
            "name": "Costain Limited",
            "identifier": {
                "legalName": "Costain Limited",
                "id": "610201"
            },
            "address": {
                "streetAddress": "Costain House, Vanwall Business Park,",
                "locality": "Maidenhead, Berkshire",
                "region": "UKI",
                "postalCode": "SL6 4UB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-25348",
            "name": "Eurovia Infrastructure Limited",
            "identifier": {
                "legalName": "Eurovia Infrastructure Limited",
                "id": "7388667"
            },
            "address": {
                "streetAddress": "Albion House, Springfield Road,",
                "locality": "Horsham, West Sussex",
                "region": "UKI",
                "postalCode": "RH12 2RW",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-25349",
            "name": "FM Conway Limited",
            "identifier": {
                "legalName": "FM Conway Limited",
                "id": "00706445"
            },
            "address": {
                "streetAddress": "Conway House, Vestry Road,",
                "locality": "Sevenoaks, Kent,",
                "region": "UKI",
                "postalCode": "TN14 5EL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-25350",
            "name": "Tarmac Trading Limited",
            "identifier": {
                "legalName": "Tarmac Trading Limited",
                "id": "453791"
            },
            "address": {
                "streetAddress": "Portland House, Bickenhill Lane,",
                "locality": "Solihull, Birmingham.",
                "region": "UKI",
                "postalCode": "B37 7BQ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-25351",
            "name": "VolkerFitzpatrick",
            "identifier": {
                "legalName": "VolkerFitzpatrick",
                "id": "02387700"
            },
            "address": {
                "streetAddress": "Hertford Road, Hoddesdon,",
                "locality": "Hertfordshire",
                "region": "UKI",
                "postalCode": "EN11 9BX",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-25352",
            "name": "Kier Highways Limited",
            "identifier": {
                "legalName": "Kier Highways Limited",
                "id": "5606089"
            },
            "address": {
                "streetAddress": "Tempsford Hall, Station Road,",
                "locality": "Sandy, Bedfordshire.",
                "region": "UKI",
                "postalCode": "SG19 2BD",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-111",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-2264",
        "name": "Transport for London"
    },
    "contracts": [
        {
            "id": "019552-2021-tfl_scp_001746d-1",
            "awardID": "019552-2021-tfl_scp_001746d-1",
            "title": "Surface Transport Infrastructure Construction Framework",
            "status": "active",
            "value": {
                "amount": 100000000,
                "currency": "GBP"
            },
            "dateSigned": "2021-04-06T00:00:00+01:00"
        },
        {
            "id": "019552-2021-tfl_scp_001746d-2",
            "awardID": "019552-2021-tfl_scp_001746d-2",
            "title": "Surface Transport Infrastructure Construction Framework",
            "status": "active",
            "value": {
                "amount": 200000000,
                "currency": "GBP"
            },
            "dateSigned": "2021-04-06T00:00:00+01:00"
        },
        {
            "id": "019552-2021-tfl_scp_001746d-3",
            "awardID": "019552-2021-tfl_scp_001746d-3",
            "title": "Surface Transport Infrastructure Construction",
            "status": "active",
            "value": {
                "amount": 200000000,
                "currency": "GBP"
            },
            "dateSigned": "2021-04-09T00:00:00+01:00"
        },
        {
            "id": "019552-2021-tfl_scp_001746d-4",
            "awardID": "019552-2021-tfl_scp_001746d-4",
            "title": "Surface Transport Infrastructure Construction",
            "status": "active",
            "value": {
                "amount": 200000000,
                "currency": "GBP"
            },
            "dateSigned": "2021-06-08T00:00:00+01:00"
        },
        {
            "id": "019552-2021-tfl_scp_001746d-5",
            "awardID": "019552-2021-tfl_scp_001746d-5",
            "title": "Surface Transport Infrastructure Construction",
            "status": "active",
            "value": {
                "amount": 100000000,
                "currency": "GBP"
            },
            "dateSigned": "2021-08-03T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 6
            },
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "1",
                "value": 6
            },
            {
                "id": "11",
                "measure": "bids",
                "relatedLot": "1",
                "value": 6
            },
            {
                "id": "16",
                "measure": "bids",
                "relatedLot": "1",
                "value": 6
            },
            {
                "id": "21",
                "measure": "bids",
                "relatedLot": "1",
                "value": 6
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "12",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "17",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "22",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "13",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "18",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "23",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "14",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "19",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "24",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 6
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 6
            },
            {
                "id": "15",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 6
            },
            {
                "id": "20",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 6
            },
            {
                "id": "25",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 6
            }
        ]
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:608101-2019:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}