Notice Information
Notice Title
Specialist Technical and Commercial Advisory for Rail and Other Transport Systems Framework (STARThree)
Notice Description
To support the Department's commitment to increase the level of investment in transport, it requires access to specialist technical and commercial advisory support. The Framework will enable access to high quality, professionally qualified and experienced specialist third party advisory support for a range of service requirements which will also be accessible by other public sector entities (Clients) with the consent of DfT. The two-year term is extendable by two further periods each of 12 months at the discretion of the contracting authority. The values shown are for the full possible 4 year term. The Framework is split into two Lots. Lot 1 is split into five specialist categories A - E to meet the need for specialist technical and commercial advisory (consultancy) services. Consultants are graded as either Prime, Medium or Expert appointments. Lot 2 is for recruitment and sourcing of specialist staff. The estimated maximum portfolio value for Lot 1 (Category A - E) is PS575,000,000.00. The estimated maximum portfolio value for Lot 2 (Category F) is PS25,000,000.00
Lot Information
Lot Lot 1
Lot 1 is proposed to have a similar structure to the current Lot 1 of the STARTwo Framework. This lot is proposed to be split into three grades of Suppliers (PRIME, MEDIUM and EXPERT) dependent on initial bidding criteria relating to capability, capacity and availability. It is proposed that Lot 1 of STARThree will provide specialist technical and commercial advisory (consultancy) services across five specialist categories; Category A - Transport Strategy, Planning and Economic Forecasting Advice; Category B - Transport Operations and Performance Advice; Category C - Commercial Advice for Transport; Category D - Transport Infrastructure and Asset Advice; and Category E - Transport Project and Programme Management Advice Please see the Additional Information for this lot for further details on Categories. Additional information: This notice is for information. A Separate Contract Notice containing further details is expected to be issued shortly to start the formal pre-qualification process.
Lot Lot 2Lot 2 is proposed to have a similar structure to the current Lot 3 of the STARTwo Framework. This lot is proposed to include up to six transport market specific 'Agency' Suppliers who would be measured on their ability to expediently access suitably experienced, high calibre, specialist technical and commercial advisory (consultancy) services for the following Category; Category F - Strategic Commercial Advice for Transport Typical requirements include but are not limited to: Specialist recruitment planning Development of specialist recruitment campaigns and strategies Sourcing interim staff Sourcing of high calibre panel and review team resources Additional information: This notice is for information. A Separate Contract Notice containing further details is expected to be issued shortly to start the formal pre-qualification process.
Lot 1 Category A - Transport Strategy, Planning and Economic Forecasting AdviceCategory A - Transport Strategy, Planning and Economic Forecasting Advice Typical requirements identified by Rail and other Transport Mode clients include but are not limited to: General Transport Strategy, Planning and Economic Forecasting Advice General Transport Strategy, Planning and Economic Forecasting Research Strategic corporate planning and appraisal Business case support Benefits realisation support Control and Investment period advice and analysis Strategic planning and research Transport market reviews High level Rail and other Transport Mode Investment Strategy support Macro and micro-economic advice Remapping and Devolution studies Fare reviews and policy Ticketless travel and ticket retailing Revenue Protection Revenue Forecasting Modelling - revenue, fares and demand Package-specific bid evaluation support Social value Decarbonisation
Renewal: Two further periods of 12 months (12 + 12)
Lot 1 Category B - Transport Operations and Performance AdviceCategory B - Transport Operations and Performance Advice Typical requirements identified by Rail and Other Transport Mode clients include but are not limited to: General Transport Operations and Performance Advice Rail and Other Transport Mode Operations and Performance Research Operational proposal package Operational management Timetabling, diagramming, rostering Staffing policy/strategy Industrial relations/Trade Unions/TUPE/pensions Network Rail operational interfaces Environment, sustainability and carbon reduction Management and business structure Operational mobilisation Operational safety Modal and inter-modal integration, interfaces and connectivity Passenger communication Passenger connectivity Passenger flow monitoring Accessibility Package-specific bid evaluation support Social value Decarbonisation
Renewal: Two periods of 12 Months (12 + 12).
Lot 1 Category C - Commercial Advice for TransportCategory C - Commercial Advice for Transport Typical requirements identified by Rail and Other Transport Mode clients include but are not limited to: General Commercial Advice for Transport Commercial Advice for Transport research Commercial risk analysis, adjustment and profiling Model structuring and development Revenue and incentivisation commercial advice Comparator modelling and associated business case support Commercial strategy development, delivery and assurance Contract Administration and Contract Management Estimating, cost planning, cost data analysis and benchmarking Package-specific bid evaluation support Business and commercial Model design Model analysis and testing of commercial models Commercial due diligence Supply Chain Mapping Project management commercial advice Social value Decarbonisation
Renewal: Two periods of 12 months (12 + 12).
Lot 1 Category D - Transport Infrastructure and Asset AdviceCategory D - Transport Infrastructure and Asset Advice Typical requirements identified by Rail and Other Transport Mode clients include but are not limited to: Transport Infrastructure, Rolling Stock, Critical Equipment and Assets Advice Transport Infrastructure, Rolling Stock, Critical Equipment and Assets Research Railway and Other Transport Mode asset management Transport hub design, layout, logistics, passenger & pedestrian movement and facilities Stations - including access, property, parking, mobility and security Depots and stabling - strategy and advice Signaling and systems - strategy and advice Rolling stock - strategy and advice Rolling stock - management, acceptance, planning, leasing In operation facilities and services Technical due diligence Rail and other transport mode engineering, feasibility & operating advice Power / electrification - strategy and advice Telecommunications - strategy and advice Package-specific bid evaluation support Social Value Decarbonisation
Renewal: Two periods of 12 months (12 +12).
Lot 1 Category E - Transport Project and Programme Management AdviceCategory E - Transport Project and Programme Management Advice Typical requirements identified by Rail and Other Transport Mode clients include but are not limited to: General Project and Programme Management Advice Project and Programme Management Research Programme partner Programme management Project management Project delivery Project controls Assurance Project representative Enterprise, programme and project integration management Package-specific bid evaluation support Social Value Decarbonisation
Renewal: Two periods of 12 months (12 + 12).
Lot 2 Category F - Strategic Commercial Advice for TransportCategory F - Strategic Commercial Advice for Transport Typical requirements include but are not limited to: Specialist recruitment planning Development of specialist recruitment campaigns and strategies Sourcing interim staff Sourcing of high calibre panel and review team resources
Renewal: Two periods of 12 months (12 + 12)
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02fac2
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/023860-2023
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
73 - Research and development services and related consultancy services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
71241000 - Feasibility study, advisory service, analysis
71244000 - Calculation of costs, monitoring of costs
71311230 - Railway engineering services
71311300 - Infrastructure works consultancy services
71313410 - Risk or hazard assessment for construction
71313420 - Environmental standards for construction
71313430 - Environmental indicators analysis for construction
71313440 - Environmental Impact Assessment (EIA) services for construction
71313450 - Environmental monitoring for construction
72240000 - Systems analysis and programming services
72310000 - Data-processing services
73210000 - Research consultancy services
73220000 - Development consultancy services
73300000 - Design and execution of research and development
79311100 - Survey design services
79311300 - Survey analysis services
79311410 - Economic impact assessment
79312000 - Market-testing services
79313000 - Performance review services
79314000 - Feasibility study
79315000 - Social research services
79411100 - Business development consultancy services
79412000 - Financial management consultancy services
79413000 - Marketing management consultancy services
79417000 - Safety consultancy services
79418000 - Procurement consultancy services
79419000 - Evaluation consultancy services
79421100 - Project-supervision services other than for construction work
79421200 - Project-design services other than for construction work
Notice Value(s)
- Tender Value
- £600,000,000 £100M-£1B
- Lots Value
- £25,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £600,000,000 £100M-£1B
Notice Dates
- Publication Date
- 15 Aug 20232 years ago
- Submission Deadline
- 7 Jun 2022Expired
- Future Notice Date
- 31 Mar 2022Expired
- Award Date
- 30 Jul 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled, Planned
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT FOR TRANSPORT
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- SW1P 4DR
- 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
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- Vincent Square
- Westminster Constituency
- Cities of London and Westminster
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02fac2-2023-08-15T12:03:11+01:00",
"date": "2023-08-15T12:03:11+01:00",
"ocid": "ocds-h6vhtk-02fac2",
"description": "This STARThree Framework Agreement is for use by certain public sector bodies in the United Kingdom that exist on or before 01/04/2022 (see note in relation to GBR below) and which fall into one or more of the following categories subject to approval from DfT: 1. Any of the following: The following UK public sector bodies are authorised and enabled to use the Framework (with consent from DfT): All Ministerial and Non Ministerial UK Government Departments, including their Executive Agencies, Arms Length Bodies and/or other subsidiary bodies; Other parts of Central Government holding Crown Status employing Civil Servants; All non-Crown Status Government Companies wholly or partly owned by Central Government Departments, Arms Length Bodies and/or their subsidiaries; The Non-Departmental Public Bodies, other Public Bodies, Public Corporations sponsored by Central Government Departments which are not covered by the above categories; The devolved administrations in Scotland, Wales and Northern Ireland together with their respective agencies and their other subsidiary bodies. All new bodies created which fall within the criteria set out above Transport for Wales (TfW) Transport for Scotland (TfS) DfT OLR Holdings Ltd (DoHL) High Speed Rail2 (HS2) Network Rail (NR) Northern Train Line (NTL) London North Eastern Railway (LNER) East West Railways (EWR) South Eastern Trains Limited (SETL) Maritime and Coastguard Agency Services; National Highways Vehicle Certification Agency Driver and Vehicle Licensing Agency Driver Vehicle Standards Agency (DVSA) The Air Accidents Investigation Branch (AAIB) Marine Accident Investigation Branch (MAIB) The Rail Accident Investigation Branch (RAIB) The Office of Rail and Road (ORR) Northern Lighthouse Board Trinity House 2.Those listed and maintained by the Government on their website at https://www.gov.uk/government/organisations or any replacement or updated web-link. 3. Great British Railways (GBR) - it is intended that GBR will be able to access this Framework once it is established, which is expected to be named GBR Limited or Great British Railways Limited. See: https://www.gov.uk/government/consultations/williams-rail-review for more information. 4. Great British Railways Transition Team Limited The above shall also include any successor organisations created as a result of statutory reorganisation or otherwise. For the avoidance of doubt the Framework will not cover local government entities, local authority transport entities, transport entities under the Greater London Act 1999 or any sub-national transport bodies under the Local Transport Act 2008 (or entities of the same or similar nature as a consequence of statutory reorganisation or otherwise).",
"initiationType": "tender",
"tender": {
"id": "THRE0000",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Specialist Technical and Commercial Advisory for Rail and Other Transport Systems Framework (STARThree)",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
"mainProcurementCategory": "services",
"description": "To support the Department's commitment to increase the level of investment in transport, it requires access to specialist technical and commercial advisory support. The Framework will enable access to high quality, professionally qualified and experienced specialist third party advisory support for a range of service requirements which will also be accessible by other public sector entities (Clients) with the consent of DfT. The two-year term is extendable by two further periods each of 12 months at the discretion of the contracting authority. The values shown are for the full possible 4 year term. The Framework is split into two Lots. Lot 1 is split into five specialist categories A - E to meet the need for specialist technical and commercial advisory (consultancy) services. Consultants are graded as either Prime, Medium or Expert appointments. Lot 2 is for recruitment and sourcing of specialist staff. The estimated maximum portfolio value for Lot 1 (Category A - E) is PS575,000,000.00. The estimated maximum portfolio value for Lot 2 (Category F) is PS25,000,000.00",
"value": {
"amount": 600000000,
"currency": "GBP"
},
"lots": [
{
"id": "Lot 1",
"description": "Lot 1 is proposed to have a similar structure to the current Lot 1 of the STARTwo Framework. This lot is proposed to be split into three grades of Suppliers (PRIME, MEDIUM and EXPERT) dependent on initial bidding criteria relating to capability, capacity and availability. It is proposed that Lot 1 of STARThree will provide specialist technical and commercial advisory (consultancy) services across five specialist categories; Category A - Transport Strategy, Planning and Economic Forecasting Advice; Category B - Transport Operations and Performance Advice; Category C - Commercial Advice for Transport; Category D - Transport Infrastructure and Asset Advice; and Category E - Transport Project and Programme Management Advice Please see the Additional Information for this lot for further details on Categories. Additional information: This notice is for information. A Separate Contract Notice containing further details is expected to be issued shortly to start the formal pre-qualification process.",
"status": "planned"
},
{
"id": "Lot 2",
"description": "Lot 2 is proposed to have a similar structure to the current Lot 3 of the STARTwo Framework. This lot is proposed to include up to six transport market specific 'Agency' Suppliers who would be measured on their ability to expediently access suitably experienced, high calibre, specialist technical and commercial advisory (consultancy) services for the following Category; Category F - Strategic Commercial Advice for Transport Typical requirements include but are not limited to: Specialist recruitment planning Development of specialist recruitment campaigns and strategies Sourcing interim staff Sourcing of high calibre panel and review team resources Additional information: This notice is for information. A Separate Contract Notice containing further details is expected to be issued shortly to start the formal pre-qualification process.",
"status": "planned"
},
{
"id": "1A",
"title": "Lot 1 Category A - Transport Strategy, Planning and Economic Forecasting Advice",
"description": "Category A - Transport Strategy, Planning and Economic Forecasting Advice Typical requirements identified by Rail and other Transport Mode clients include but are not limited to: General Transport Strategy, Planning and Economic Forecasting Advice General Transport Strategy, Planning and Economic Forecasting Research Strategic corporate planning and appraisal Business case support Benefits realisation support Control and Investment period advice and analysis Strategic planning and research Transport market reviews High level Rail and other Transport Mode Investment Strategy support Macro and micro-economic advice Remapping and Devolution studies Fare reviews and policy Ticketless travel and ticket retailing Revenue Protection Revenue Forecasting Modelling - revenue, fares and demand Package-specific bid evaluation support Social value Decarbonisation",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "65%"
},
{
"name": "Price",
"type": "quality",
"description": "25%"
},
{
"name": "Social Value",
"type": "quality",
"description": "10%"
},
{
"name": "Price",
"type": "cost",
"description": "25%"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Two further periods of 12 months (12 + 12)"
},
"secondStage": {
"minimumCandidates": 120,
"maximumCandidates": 120
},
"selectionCriteria": {
"description": "Successful Stage 1 Candidates invited to tender (ITT) will be 120 in accordance with parameters set out in the SQPD (Selection Questionnaire Process Document) across Lot 1 and Lot 2."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "1B",
"title": "Lot 1 Category B - Transport Operations and Performance Advice",
"description": "Category B - Transport Operations and Performance Advice Typical requirements identified by Rail and Other Transport Mode clients include but are not limited to: General Transport Operations and Performance Advice Rail and Other Transport Mode Operations and Performance Research Operational proposal package Operational management Timetabling, diagramming, rostering Staffing policy/strategy Industrial relations/Trade Unions/TUPE/pensions Network Rail operational interfaces Environment, sustainability and carbon reduction Management and business structure Operational mobilisation Operational safety Modal and inter-modal integration, interfaces and connectivity Passenger communication Passenger connectivity Passenger flow monitoring Accessibility Package-specific bid evaluation support Social value Decarbonisation",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "65%"
},
{
"name": "Price",
"type": "quality",
"description": "25%"
},
{
"name": "Social Value",
"type": "quality",
"description": "10%"
},
{
"name": "Price",
"type": "cost",
"description": "25%"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Two periods of 12 Months (12 + 12)."
},
"secondStage": {
"minimumCandidates": 120,
"maximumCandidates": 120
},
"selectionCriteria": {
"description": "Successful Stage 1 Candidates invited to tender (ITT) will be 120 in accordance with parameters set out in the SQPD (Selection Questionnaire Process Document) across Lot 1 and Lot 2."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "1C",
"title": "Lot 1 Category C - Commercial Advice for Transport",
"description": "Category C - Commercial Advice for Transport Typical requirements identified by Rail and Other Transport Mode clients include but are not limited to: General Commercial Advice for Transport Commercial Advice for Transport research Commercial risk analysis, adjustment and profiling Model structuring and development Revenue and incentivisation commercial advice Comparator modelling and associated business case support Commercial strategy development, delivery and assurance Contract Administration and Contract Management Estimating, cost planning, cost data analysis and benchmarking Package-specific bid evaluation support Business and commercial Model design Model analysis and testing of commercial models Commercial due diligence Supply Chain Mapping Project management commercial advice Social value Decarbonisation",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "65%"
},
{
"name": "Price",
"type": "quality",
"description": "25%"
},
{
"name": "Social Value",
"type": "quality",
"description": "10%"
},
{
"name": "Price",
"type": "cost",
"description": "25%"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Two periods of 12 months (12 + 12)."
},
"secondStage": {
"minimumCandidates": 120,
"maximumCandidates": 120
},
"selectionCriteria": {
"description": "Successful Stage 1 Candidates invited to tender (ITT) will be 120 in accordance with parameters set out in the SQPD (Selection Questionnaire Process Document) across Lot 1 and Lot 2."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "1D",
"title": "Lot 1 Category D - Transport Infrastructure and Asset Advice",
"description": "Category D - Transport Infrastructure and Asset Advice Typical requirements identified by Rail and Other Transport Mode clients include but are not limited to: Transport Infrastructure, Rolling Stock, Critical Equipment and Assets Advice Transport Infrastructure, Rolling Stock, Critical Equipment and Assets Research Railway and Other Transport Mode asset management Transport hub design, layout, logistics, passenger & pedestrian movement and facilities Stations - including access, property, parking, mobility and security Depots and stabling - strategy and advice Signaling and systems - strategy and advice Rolling stock - strategy and advice Rolling stock - management, acceptance, planning, leasing In operation facilities and services Technical due diligence Rail and other transport mode engineering, feasibility & operating advice Power / electrification - strategy and advice Telecommunications - strategy and advice Package-specific bid evaluation support Social Value Decarbonisation",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "65%"
},
{
"name": "Price",
"type": "quality",
"description": "25%"
},
{
"name": "Social Value",
"type": "quality",
"description": "10%"
},
{
"name": "Price",
"type": "cost",
"description": "25%"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Two periods of 12 months (12 +12)."
},
"secondStage": {
"minimumCandidates": 120,
"maximumCandidates": 120
},
"selectionCriteria": {
"description": "Successful Stage 1 Candidates invited to tender (ITT) will be 120 in accordance with parameters set out in the SQPD (Selection Questionnaire Process Document) across Lot 1 and Lot 2."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "1E",
"title": "Lot 1 Category E - Transport Project and Programme Management Advice",
"description": "Category E - Transport Project and Programme Management Advice Typical requirements identified by Rail and Other Transport Mode clients include but are not limited to: General Project and Programme Management Advice Project and Programme Management Research Programme partner Programme management Project management Project delivery Project controls Assurance Project representative Enterprise, programme and project integration management Package-specific bid evaluation support Social Value Decarbonisation",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "65%"
},
{
"name": "Price",
"type": "quality",
"description": "25%"
},
{
"name": "Social Value",
"type": "quality",
"description": "10%"
},
{
"name": "Price",
"type": "cost",
"description": "25%"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Two periods of 12 months (12 + 12)."
},
"secondStage": {
"minimumCandidates": 120,
"maximumCandidates": 120
},
"selectionCriteria": {
"description": "Successful Stage 1 Candidates invited to tender (ITT) will be 120 in accordance with parameters set out in the SQPD (Selection Questionnaire Process Document) across Lot 1 and Lot 2."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "2F",
"title": "Lot 2 Category F - Strategic Commercial Advice for Transport",
"description": "Category F - Strategic Commercial Advice for Transport Typical requirements include but are not limited to: Specialist recruitment planning Development of specialist recruitment campaigns and strategies Sourcing interim staff Sourcing of high calibre panel and review team resources",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "65%"
},
{
"name": "Price",
"type": "quality",
"description": "25%"
},
{
"name": "Social Value",
"type": "quality",
"description": "10%"
},
{
"name": "Price",
"type": "cost",
"description": "25%"
}
]
},
"value": {
"amount": 25000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Two periods of 12 months (12 + 12)"
},
"secondStage": {
"minimumCandidates": 120,
"maximumCandidates": 120
},
"selectionCriteria": {
"description": "Successful Stage 1 Candidates invited to tender (ITT) will be 120 in accordance with parameters set out in the SQPD (Selection Questionnaire Process Document) across Lot 1 and Lot 2."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "Lot 1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71241000",
"description": "Feasibility study, advisory service, analysis"
},
{
"scheme": "CPV",
"id": "71244000",
"description": "Calculation of costs, monitoring of costs"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71311300",
"description": "Infrastructure works consultancy services"
},
{
"scheme": "CPV",
"id": "71313410",
"description": "Risk or hazard assessment for construction"
},
{
"scheme": "CPV",
"id": "71313420",
"description": "Environmental standards for construction"
},
{
"scheme": "CPV",
"id": "71313430",
"description": "Environmental indicators analysis for construction"
},
{
"scheme": "CPV",
"id": "71313440",
"description": "Environmental Impact Assessment (EIA) services for construction"
},
{
"scheme": "CPV",
"id": "71313450",
"description": "Environmental monitoring for construction"
},
{
"scheme": "CPV",
"id": "72240000",
"description": "Systems analysis and programming services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "73220000",
"description": "Development consultancy services"
},
{
"scheme": "CPV",
"id": "73300000",
"description": "Design and execution of research and development"
},
{
"scheme": "CPV",
"id": "79311100",
"description": "Survey design services"
},
{
"scheme": "CPV",
"id": "79311300",
"description": "Survey analysis services"
},
{
"scheme": "CPV",
"id": "79311410",
"description": "Economic impact assessment"
},
{
"scheme": "CPV",
"id": "79312000",
"description": "Market-testing services"
},
{
"scheme": "CPV",
"id": "79313000",
"description": "Performance review services"
},
{
"scheme": "CPV",
"id": "79314000",
"description": "Feasibility study"
},
{
"scheme": "CPV",
"id": "79315000",
"description": "Social research services"
},
{
"scheme": "CPV",
"id": "79411100",
"description": "Business development consultancy services"
},
{
"scheme": "CPV",
"id": "79412000",
"description": "Financial management consultancy services"
},
{
"scheme": "CPV",
"id": "79413000",
"description": "Marketing management consultancy services"
},
{
"scheme": "CPV",
"id": "79417000",
"description": "Safety consultancy services"
},
{
"scheme": "CPV",
"id": "79418000",
"description": "Procurement consultancy services"
},
{
"scheme": "CPV",
"id": "79419000",
"description": "Evaluation consultancy services"
},
{
"scheme": "CPV",
"id": "79421100",
"description": "Project-supervision services other than for construction work"
},
{
"scheme": "CPV",
"id": "79421200",
"description": "Project-design services other than for construction work"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "SW1P 4DR"
},
"relatedLot": "Lot 1"
},
{
"id": "Lot 2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "SW1P 4DR"
},
"relatedLot": "Lot 2"
},
{
"id": "1A",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71241000",
"description": "Feasibility study, advisory service, analysis"
},
{
"scheme": "CPV",
"id": "71244000",
"description": "Calculation of costs, monitoring of costs"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71311300",
"description": "Infrastructure works consultancy services"
},
{
"scheme": "CPV",
"id": "71313410",
"description": "Risk or hazard assessment for construction"
},
{
"scheme": "CPV",
"id": "71313420",
"description": "Environmental standards for construction"
},
{
"scheme": "CPV",
"id": "71313430",
"description": "Environmental indicators analysis for construction"
},
{
"scheme": "CPV",
"id": "71313440",
"description": "Environmental Impact Assessment (EIA) services for construction"
},
{
"scheme": "CPV",
"id": "71313450",
"description": "Environmental monitoring for construction"
},
{
"scheme": "CPV",
"id": "72240000",
"description": "Systems analysis and programming services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "73220000",
"description": "Development consultancy services"
},
{
"scheme": "CPV",
"id": "73300000",
"description": "Design and execution of research and development"
},
{
"scheme": "CPV",
"id": "79311100",
"description": "Survey design services"
},
{
"scheme": "CPV",
"id": "79311300",
"description": "Survey analysis services"
},
{
"scheme": "CPV",
"id": "79311410",
"description": "Economic impact assessment"
},
{
"scheme": "CPV",
"id": "79312000",
"description": "Market-testing services"
},
{
"scheme": "CPV",
"id": "79313000",
"description": "Performance review services"
},
{
"scheme": "CPV",
"id": "79314000",
"description": "Feasibility study"
},
{
"scheme": "CPV",
"id": "79315000",
"description": "Social research services"
},
{
"scheme": "CPV",
"id": "79411100",
"description": "Business development consultancy services"
},
{
"scheme": "CPV",
"id": "79412000",
"description": "Financial management consultancy services"
},
{
"scheme": "CPV",
"id": "79413000",
"description": "Marketing management consultancy services"
},
{
"scheme": "CPV",
"id": "79417000",
"description": "Safety consultancy services"
},
{
"scheme": "CPV",
"id": "79418000",
"description": "Procurement consultancy services"
},
{
"scheme": "CPV",
"id": "79419000",
"description": "Evaluation consultancy services"
},
{
"scheme": "CPV",
"id": "79421100",
"description": "Project-supervision services other than for construction work"
},
{
"scheme": "CPV",
"id": "79421200",
"description": "Project-design services other than for construction work"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "London SW1P 4DR"
},
"relatedLot": "1A"
},
{
"id": "1B",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71241000",
"description": "Feasibility study, advisory service, analysis"
},
{
"scheme": "CPV",
"id": "71244000",
"description": "Calculation of costs, monitoring of costs"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71311300",
"description": "Infrastructure works consultancy services"
},
{
"scheme": "CPV",
"id": "71313410",
"description": "Risk or hazard assessment for construction"
},
{
"scheme": "CPV",
"id": "71313420",
"description": "Environmental standards for construction"
},
{
"scheme": "CPV",
"id": "71313430",
"description": "Environmental indicators analysis for construction"
},
{
"scheme": "CPV",
"id": "71313440",
"description": "Environmental Impact Assessment (EIA) services for construction"
},
{
"scheme": "CPV",
"id": "71313450",
"description": "Environmental monitoring for construction"
},
{
"scheme": "CPV",
"id": "72240000",
"description": "Systems analysis and programming services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "73220000",
"description": "Development consultancy services"
},
{
"scheme": "CPV",
"id": "73300000",
"description": "Design and execution of research and development"
},
{
"scheme": "CPV",
"id": "79311100",
"description": "Survey design services"
},
{
"scheme": "CPV",
"id": "79311300",
"description": "Survey analysis services"
},
{
"scheme": "CPV",
"id": "79311410",
"description": "Economic impact assessment"
},
{
"scheme": "CPV",
"id": "79312000",
"description": "Market-testing services"
},
{
"scheme": "CPV",
"id": "79313000",
"description": "Performance review services"
},
{
"scheme": "CPV",
"id": "79314000",
"description": "Feasibility study"
},
{
"scheme": "CPV",
"id": "79315000",
"description": "Social research services"
},
{
"scheme": "CPV",
"id": "79411100",
"description": "Business development consultancy services"
},
{
"scheme": "CPV",
"id": "79412000",
"description": "Financial management consultancy services"
},
{
"scheme": "CPV",
"id": "79413000",
"description": "Marketing management consultancy services"
},
{
"scheme": "CPV",
"id": "79417000",
"description": "Safety consultancy services"
},
{
"scheme": "CPV",
"id": "79418000",
"description": "Procurement consultancy services"
},
{
"scheme": "CPV",
"id": "79419000",
"description": "Evaluation consultancy services"
},
{
"scheme": "CPV",
"id": "79421100",
"description": "Project-supervision services other than for construction work"
},
{
"scheme": "CPV",
"id": "79421200",
"description": "Project-design services other than for construction work"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1B"
},
{
"id": "1C",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71241000",
"description": "Feasibility study, advisory service, analysis"
},
{
"scheme": "CPV",
"id": "71244000",
"description": "Calculation of costs, monitoring of costs"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71311300",
"description": "Infrastructure works consultancy services"
},
{
"scheme": "CPV",
"id": "71313410",
"description": "Risk or hazard assessment for construction"
},
{
"scheme": "CPV",
"id": "71313420",
"description": "Environmental standards for construction"
},
{
"scheme": "CPV",
"id": "71313430",
"description": "Environmental indicators analysis for construction"
},
{
"scheme": "CPV",
"id": "71313440",
"description": "Environmental Impact Assessment (EIA) services for construction"
},
{
"scheme": "CPV",
"id": "71313450",
"description": "Environmental monitoring for construction"
},
{
"scheme": "CPV",
"id": "72240000",
"description": "Systems analysis and programming services"
},
{
"scheme": "CPV",
"id": "72310000",
"description": "Data-processing services"
},
{
"scheme": "CPV",
"id": "73220000",
"description": "Development consultancy services"
},
{
"scheme": "CPV",
"id": "73300000",
"description": "Design and execution of research and development"
},
{
"scheme": "CPV",
"id": "79311100",
"description": "Survey design services"
},
{
"scheme": "CPV",
"id": "79311300",
"description": "Survey analysis services"
},
{
"scheme": "CPV",
"id": "79311410",
"description": "Economic impact assessment"
},
{
"scheme": "CPV",
"id": "79312000",
"description": "Market-testing services"
},
{
"scheme": "CPV",
"id": "79313000",
"description": "Performance review services"
},
{
"scheme": "CPV",
"id": "79314000",
"description": "Feasibility study"
},
{
"scheme": "CPV",
"id": "79315000",
"description": "Social research services"
},
{
"scheme": "CPV",
"id": "79411100",
"description": "Business development consultancy services"
},
{
"scheme": "CPV",
"id": "79412000",
"description": "Financial management consultancy services"
},
{
"scheme": "CPV",
"id": "79413000",
"description": "Marketing management consultancy services"
},
{
"scheme": "CPV",
"id": "79417000",
"description": "Safety consultancy services"
},
{
"scheme": "CPV",
"id": "79418000",
"description": "Procurement consultancy services"
},
{
"scheme": "CPV",
"id": "79419000",
"description": "Evaluation consultancy services"
},
{
"scheme": "CPV",
"id": "79421100",
"description": "Project-supervision services other than for construction work"
},
{
"scheme": "CPV",
"id": "79421200",
"description": "Project-design services other than for construction work"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "London SW1P 4DR"
},
"relatedLot": "1C"
},
{
"id": "1D",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71241000",
"description": "Feasibility study, advisory service, analysis"
},
{
"scheme": "CPV",
"id": "71244000",
"description": "Calculation of costs, monitoring of costs"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71311300",
"description": "Infrastructure works consultancy services"
},
{
"scheme": "CPV",
"id": "71313410",
"description": "Risk or hazard assessment for construction"
},
{
"scheme": "CPV",
"id": "71313420",
"description": "Environmental standards for construction"
},
{
"scheme": "CPV",
"id": "71313430",
"description": "Environmental indicators analysis for construction"
},
{
"scheme": "CPV",
"id": "71313440",
"description": "Environmental Impact Assessment (EIA) services for construction"
},
{
"scheme": "CPV",
"id": "71313450",
"description": "Environmental monitoring for construction"
},
{
"scheme": "CPV",
"id": "72240000",
"description": "Systems analysis and programming services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "73220000",
"description": "Development consultancy services"
},
{
"scheme": "CPV",
"id": "73300000",
"description": "Design and execution of research and development"
},
{
"scheme": "CPV",
"id": "79311100",
"description": "Survey design services"
},
{
"scheme": "CPV",
"id": "79311300",
"description": "Survey analysis services"
},
{
"scheme": "CPV",
"id": "79311410",
"description": "Economic impact assessment"
},
{
"scheme": "CPV",
"id": "79312000",
"description": "Market-testing services"
},
{
"scheme": "CPV",
"id": "79313000",
"description": "Performance review services"
},
{
"scheme": "CPV",
"id": "79314000",
"description": "Feasibility study"
},
{
"scheme": "CPV",
"id": "79315000",
"description": "Social research services"
},
{
"scheme": "CPV",
"id": "79411100",
"description": "Business development consultancy services"
},
{
"scheme": "CPV",
"id": "79412000",
"description": "Financial management consultancy services"
},
{
"scheme": "CPV",
"id": "79413000",
"description": "Marketing management consultancy services"
},
{
"scheme": "CPV",
"id": "79417000",
"description": "Safety consultancy services"
},
{
"scheme": "CPV",
"id": "79418000",
"description": "Procurement consultancy services"
},
{
"scheme": "CPV",
"id": "79419000",
"description": "Evaluation consultancy services"
},
{
"scheme": "CPV",
"id": "79421100",
"description": "Project-supervision services other than for construction work"
},
{
"scheme": "CPV",
"id": "79421200",
"description": "Project-design services other than for construction work"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "London SW1P 4DR"
},
"relatedLot": "1D"
},
{
"id": "1E",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71241000",
"description": "Feasibility study, advisory service, analysis"
},
{
"scheme": "CPV",
"id": "71244000",
"description": "Calculation of costs, monitoring of costs"
},
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
},
{
"scheme": "CPV",
"id": "71311300",
"description": "Infrastructure works consultancy services"
},
{
"scheme": "CPV",
"id": "71313410",
"description": "Risk or hazard assessment for construction"
},
{
"scheme": "CPV",
"id": "71313420",
"description": "Environmental standards for construction"
},
{
"scheme": "CPV",
"id": "71313430",
"description": "Environmental indicators analysis for construction"
},
{
"scheme": "CPV",
"id": "71313440",
"description": "Environmental Impact Assessment (EIA) services for construction"
},
{
"scheme": "CPV",
"id": "71313450",
"description": "Environmental monitoring for construction"
},
{
"scheme": "CPV",
"id": "72240000",
"description": "Systems analysis and programming services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "73220000",
"description": "Development consultancy services"
},
{
"scheme": "CPV",
"id": "73300000",
"description": "Design and execution of research and development"
},
{
"scheme": "CPV",
"id": "79311100",
"description": "Survey design services"
},
{
"scheme": "CPV",
"id": "79311300",
"description": "Survey analysis services"
},
{
"scheme": "CPV",
"id": "79311410",
"description": "Economic impact assessment"
},
{
"scheme": "CPV",
"id": "79312000",
"description": "Market-testing services"
},
{
"scheme": "CPV",
"id": "79313000",
"description": "Performance review services"
},
{
"scheme": "CPV",
"id": "79314000",
"description": "Feasibility study"
},
{
"scheme": "CPV",
"id": "79315000",
"description": "Social research services"
},
{
"scheme": "CPV",
"id": "79411100",
"description": "Business development consultancy services"
},
{
"scheme": "CPV",
"id": "79412000",
"description": "Financial management consultancy services"
},
{
"scheme": "CPV",
"id": "79413000",
"description": "Marketing management consultancy services"
},
{
"scheme": "CPV",
"id": "79417000",
"description": "Safety consultancy services"
},
{
"scheme": "CPV",
"id": "79418000",
"description": "Procurement consultancy services"
},
{
"scheme": "CPV",
"id": "79419000",
"description": "Evaluation consultancy services"
},
{
"scheme": "CPV",
"id": "79421100",
"description": "Project-supervision services other than for construction work"
},
{
"scheme": "CPV",
"id": "79421200",
"description": "Project-design services other than for construction work"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "London SW1P 4DR"
},
"relatedLot": "1E"
},
{
"id": "2F",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71311230",
"description": "Railway engineering services"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "London SW1P 4DR"
},
"relatedLot": "2F"
}
],
"communication": {
"futureNoticeDate": "2022-04-01T00:00:00+01:00",
"atypicalToolUrl": "https://dft.app.jaggaer.com/web/login.html"
},
"coveredBy": [
"GPA"
],
"lotDetails": {
"maximumLotsAwardedPerSupplier": 2
},
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://dft.app.jaggaer.com/web/login.html",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "N/A",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "The Framework Contract will be awarded utilising the NEC4 Professional Services Contract with options A, C or E for future Work Packages (call offs). Contract performance conditions may include obligations relating to social and/or environmental obligations."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 72
}
},
"tenderPeriod": {
"endDate": "2022-06-07T12:00:00+01:00"
},
"secondStage": {
"invitationDate": "2022-10-03T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2022-12-09T23:59:59Z"
}
},
"hasRecurrence": false,
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "Total value of the contract/lot: PS25,000,000"
},
"newValue": {
"text": "Total value of the contract/lot: PS575,000,000"
},
"where": {
"section": "V.2.4"
},
"relatedLot": "1 - Category B Transport Operations and Performance Advice"
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-36078",
"name": "Department for Transport",
"identifier": {
"legalName": "Department for Transport"
},
"address": {
"streetAddress": "Group Commercial Directorate, Great Minster House, 33 Horseferry Road",
"locality": "London",
"region": "UK",
"postalCode": "SW1P 4DR",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Peter Thomas",
"email": "STAR3-Framework@dft.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-for-transport",
"buyerProfile": "https://dft.app.jaggaer.com/web/login.html",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"description": "Transport"
}
]
}
},
{
"id": "GB-FTS-36079",
"name": "STARThree Market Engagement Event",
"identifier": {
"legalName": "STARThree Market Engagement Event"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "GLASGOWS",
"email": "dftevents@glasgows.co.uk"
},
"roles": [
"processContactPoint"
],
"details": {
"url": "https://StarThreeEngagement.co.uk/home"
}
},
{
"id": "GB-FTS-51159",
"name": "Department for Transport",
"identifier": {
"legalName": "Department for Transport"
},
"address": {
"streetAddress": "Great Minster House,33 Horseferry Road, London, SW1P 4DR",
"locality": "City of Westminster",
"region": "UK",
"postalCode": "SW1P 4DR",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "STAR3-Framework@dft.gov.uk",
"url": "https://dft.app.jaggaer.com/web/login.html"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-for-transport",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"description": "Transport"
}
]
}
},
{
"id": "GB-FTS-51160",
"name": "The High Court of England and Wales",
"identifier": {
"legalName": "The High Court of England and Wales"
},
"address": {
"streetAddress": "The High Court of England and Wales, Royal Courts of Justice, Strand London, WC2A 2LL United Kingdom",
"locality": "City of Westmnster",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-51161",
"name": "Independent legal advice should be sought immediately by any aggrieved party contemplating action under the Public Contracts Regulations 2015.",
"identifier": {
"legalName": "Independent legal advice should be sought immediately by any aggrieved party contemplating action under the Public Contracts Regulations 2015."
},
"address": {
"locality": "N/A",
"countryName": "United Kingdom"
},
"roles": [
"reviewContactPoint"
]
},
{
"id": "GB-FTS-89637",
"name": "Department for Transport",
"identifier": {
"legalName": "Department for Transport"
},
"address": {
"streetAddress": "Great Minster House, 33 Horseferry Road",
"locality": "City of Westminster",
"region": "UK",
"postalCode": "SW1P 4DR",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "STAR3-Framework@dft.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/department-for-transport",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "NATIONAL_AGENCY",
"description": "National or federal agency/office"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-89638",
"name": "Atkins Limited",
"identifier": {
"legalName": "Atkins Limited"
},
"address": {
"streetAddress": "Nova North, 11 Bressenden Place",
"locality": "London",
"region": "UK",
"postalCode": "SW1E 5BY",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-44927",
"name": "Ove Arup & Partners Limited",
"identifier": {
"legalName": "Ove Arup & Partners Limited"
},
"address": {
"streetAddress": "8 Fitzroy Street",
"locality": "London",
"region": "UK",
"postalCode": "W1T 4BJ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-89639",
"name": "APS Partnership Limited",
"identifier": {
"legalName": "APS Partnership Limited"
},
"address": {
"streetAddress": "136 Gray Street, Workington,",
"locality": "Cumbria",
"region": "UK",
"postalCode": "CA14 2LU",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-89640",
"name": "Costain Limited",
"identifier": {
"legalName": "Costain Limited"
},
"address": {
"streetAddress": "10 Foster lane",
"locality": "London",
"region": "UK",
"postalCode": "EC2V 6HR",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-89641",
"name": "Jacobs UK Limited",
"identifier": {
"legalName": "Jacobs UK Limited"
},
"address": {
"streetAddress": "2nd Floor, Cottons Centre, Cottons Lane",
"locality": "London",
"region": "UK",
"postalCode": "SE1 2QG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-89642",
"name": "KPMG LLP",
"identifier": {
"legalName": "KPMG LLP"
},
"address": {
"streetAddress": "15 Canada Square, Canary Wharf,",
"locality": "London",
"region": "UK",
"postalCode": "E14 5GL",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-89643",
"name": "Mace Consult Limited",
"identifier": {
"legalName": "Mace Consult Limited"
},
"address": {
"streetAddress": "Mace Limited,155 Moorgate,",
"locality": "London",
"region": "UK",
"postalCode": "EC2M 6XB",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-89644",
"name": "McKinsey & Company",
"identifier": {
"legalName": "McKinsey & Company"
},
"address": {
"streetAddress": "The Post Building, 100 Museum Street",
"locality": "London",
"region": "UK",
"postalCode": "WC1A 1PB",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-89645",
"name": "Mott MacDonald Limited",
"identifier": {
"legalName": "Mott MacDonald Limited"
},
"address": {
"streetAddress": "4th Floor, Mountbatten House, Grosvenor Square",
"locality": "Southampton",
"region": "UK",
"postalCode": "SO15 2JU",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-89646",
"name": "Pillar Strategy",
"identifier": {
"legalName": "Pillar Strategy"
},
"address": {
"streetAddress": "85 Abbeville Road",
"locality": "London",
"region": "UK",
"postalCode": "SW4 9JL",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-89647",
"name": "ST & R Partners -(Systra Limited, Tracsis Plc and Ricardo Rail Limited)",
"identifier": {
"legalName": "ST & R Partners -(Systra Limited, Tracsis Plc and Ricardo Rail Limited)"
},
"address": {
"streetAddress": "One Carey Lane",
"locality": "London",
"region": "UK",
"postalCode": "EC2V 8AE",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-89648",
"name": "STANTEC UK",
"identifier": {
"legalName": "STANTEC UK"
},
"address": {
"streetAddress": "Unit 2B, Block E, Leeds Dock, The Boulevard",
"locality": "Leeds",
"region": "UK",
"postalCode": "LS10 1PZ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-89649",
"name": "Steer, Davies & Gleave Ltd",
"identifier": {
"legalName": "Steer, Davies & Gleave Ltd"
},
"address": {
"streetAddress": "14 - 21 Rushworth Street",
"locality": "London",
"region": "UK",
"postalCode": "SE1 0RB",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-89650",
"name": "Teneo Business Consulting Limited",
"identifier": {
"legalName": "Teneo Business Consulting Limited"
},
"address": {
"streetAddress": "5th Floor, 6 More London Place",
"locality": "London",
"region": "UK",
"postalCode": "SE1 2DA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-89651",
"name": "The Hub Transport Advisory Limited",
"identifier": {
"legalName": "The Hub Transport Advisory Limited"
},
"address": {
"streetAddress": "22 Tudor Street",
"locality": "London",
"region": "UK",
"postalCode": "EC4Y 0AY",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-89652",
"name": "Winder Phillips Associates",
"identifier": {
"legalName": "Winder Phillips Associates"
},
"address": {
"streetAddress": "6 Church Lane Cottages, Church Lane",
"locality": "Essex",
"region": "UK",
"postalCode": "CM15 0NJ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-89653",
"name": "Alchemmy Consulting Ltd",
"identifier": {
"legalName": "Alchemmy Consulting Ltd"
},
"address": {
"streetAddress": "Riverside House, 2a Southwark Bridge Road",
"locality": "London",
"region": "UK",
"postalCode": "SE1 9HA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-89654",
"name": "The Boston Consulting Group UK LLP",
"identifier": {
"legalName": "The Boston Consulting Group UK LLP"
},
"address": {
"streetAddress": "80 Charlotte Street",
"locality": "London",
"region": "UK",
"postalCode": "W1T 4DF",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-89655",
"name": "North Star Consultancy Limited",
"identifier": {
"legalName": "North Star Consultancy Limited"
},
"address": {
"streetAddress": "78 York Street",
"locality": "London",
"region": "UK",
"postalCode": "W1H 1DP",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-89656",
"name": "Adventis Consulting",
"identifier": {
"legalName": "Adventis Consulting"
},
"address": {
"streetAddress": "Building 3, Chiswick Park",
"locality": "London",
"region": "UK",
"postalCode": "W4 5YA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-89657",
"name": "Cognizant Worldwide Limited",
"identifier": {
"legalName": "Cognizant Worldwide Limited"
},
"address": {
"streetAddress": "280 Bishopsgate",
"locality": "London",
"region": "UK",
"postalCode": "EC2M 4AG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-89658",
"name": "First Rail Consulting",
"identifier": {
"legalName": "First Rail Consulting"
},
"address": {
"streetAddress": "The Point, 37 North Wharf Road",
"locality": "London",
"region": "UK",
"postalCode": "W2 1AF",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-89659",
"name": "Journey4 Ltd",
"identifier": {
"legalName": "Journey4 Ltd"
},
"address": {
"streetAddress": "Blake House, 18 Blake Street",
"locality": "York",
"region": "UK",
"postalCode": "YO1 8QG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-89660",
"name": "Agilia Infrastructure Partners Limited",
"identifier": {
"legalName": "Agilia Infrastructure Partners Limited"
},
"address": {
"streetAddress": "8 Devonish Square",
"locality": "London",
"region": "UK",
"postalCode": "EC2M 4PL",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-82332",
"name": "Currie & Brown UK Limited",
"identifier": {
"legalName": "Currie & Brown UK Limited"
},
"address": {
"streetAddress": "150 Holborn",
"locality": "London",
"region": "UK",
"postalCode": "EC1N 2NS",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-35961",
"name": "Deloitte LLP",
"identifier": {
"legalName": "Deloitte LLP"
},
"address": {
"streetAddress": "1 New Street Square",
"locality": "London",
"region": "UK",
"postalCode": "EC4A 3HQ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-89661",
"name": "Egis Transport Solutions Limited",
"identifier": {
"legalName": "Egis Transport Solutions Limited"
},
"address": {
"streetAddress": "115 Baker Street",
"locality": "London",
"region": "UK",
"postalCode": "W1U 6RT",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-40058",
"name": "Turner & Townsend Project Management Ltd",
"identifier": {
"legalName": "Turner & Townsend Project Management Ltd"
},
"address": {
"streetAddress": "Low Hall, Calverley Lane, Horsforth",
"locality": "Leeds",
"region": "UK",
"postalCode": "LS18 4GH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-89662",
"name": "Additae Artes Limited",
"identifier": {
"legalName": "Additae Artes Limited"
},
"address": {
"streetAddress": "7 Russell Way, Winnersh, Wokingham",
"locality": "Berkshire",
"region": "UK",
"postalCode": "RG41 5SN",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-89663",
"name": "SEMP Ltd",
"identifier": {
"legalName": "SEMP Ltd"
},
"address": {
"streetAddress": "Suite E Chadwick House, Birchwood Park",
"locality": "Warrington",
"region": "UK",
"postalCode": "WA3 6AE",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-89664",
"name": "Taylor Airey Limited",
"identifier": {
"legalName": "Taylor Airey Limited"
},
"address": {
"streetAddress": "Pennine Place, 2a Charing Cross Road",
"locality": "London",
"region": "UK",
"postalCode": "WC2H 0HF",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-89665",
"name": "Firstco Limited",
"identifier": {
"legalName": "Firstco Limited"
},
"address": {
"streetAddress": "4 Celbridge Mews",
"locality": "London",
"region": "UK",
"postalCode": "W2 6EU",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-89666",
"name": "Ipex Consulting Ltd",
"identifier": {
"legalName": "Ipex Consulting Ltd"
},
"address": {
"streetAddress": "Liberty House, 222 Regent Street",
"locality": "London",
"region": "UK",
"postalCode": "W1B 5TR",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-89667",
"name": "Lendlease Construction (Europe) Limited",
"identifier": {
"legalName": "Lendlease Construction (Europe) Limited"
},
"address": {
"streetAddress": "5 Merchant Square, Level 9",
"locality": "London",
"region": "UK",
"postalCode": "W2 1BQ",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-89668",
"name": "The Ultimate Solution Partnership Limited",
"identifier": {
"legalName": "The Ultimate Solution Partnership Limited"
},
"address": {
"streetAddress": "3-7 Temple Avenue",
"locality": "London",
"region": "UK",
"postalCode": "EC4Y 0HP",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-89669",
"name": "Evisa Solutions Ltd",
"identifier": {
"legalName": "Evisa Solutions Ltd"
},
"address": {
"streetAddress": "111 Charmouth Road, St Albans,",
"locality": "St Albans",
"region": "UK",
"postalCode": "AL1 4SG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-89670",
"name": "Rail People Solutions Limited",
"identifier": {
"legalName": "Rail People Solutions Limited"
},
"address": {
"streetAddress": "1 The Old Flour Mills, Mill Road, Buckden",
"locality": "Cambridgeshire",
"region": "UK",
"postalCode": "PE19 5WX",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-8381",
"name": "The High Court of England and Wales",
"identifier": {
"legalName": "The High Court of England and Wales"
},
"address": {
"streetAddress": "Royal Courts of Justice, The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-89637",
"name": "Department for Transport"
},
"language": "en",
"awards": [
{
"id": "023112-2023-1",
"title": "Specialist Technical and Commercial Advisory for Rail and Other Transport Systems Framework (STARThree) - LOT 1",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-89638",
"name": "Atkins Limited"
},
{
"id": "GB-FTS-89640",
"name": "Costain Limited"
},
{
"id": "GB-FTS-89641",
"name": "Jacobs UK Limited"
},
{
"id": "GB-FTS-89642",
"name": "KPMG LLP"
},
{
"id": "GB-FTS-89643",
"name": "Mace Consult Limited"
},
{
"id": "GB-FTS-89644",
"name": "McKinsey & Company"
},
{
"id": "GB-FTS-89645",
"name": "Mott MacDonald Limited"
},
{
"id": "GB-FTS-44927",
"name": "Ove Arup & Partners Limited"
},
{
"id": "GB-FTS-89646",
"name": "Pillar Strategy"
},
{
"id": "GB-FTS-89647",
"name": "ST & R Partners -(Systra Limited, Tracsis Plc and Ricardo Rail Limited)"
},
{
"id": "GB-FTS-89648",
"name": "STANTEC UK"
},
{
"id": "GB-FTS-89649",
"name": "Steer, Davies & Gleave Ltd"
},
{
"id": "GB-FTS-89650",
"name": "Teneo Business Consulting Limited"
},
{
"id": "GB-FTS-89651",
"name": "The Hub Transport Advisory Limited"
},
{
"id": "GB-FTS-89652",
"name": "Winder Phillips Associates"
}
]
},
{
"id": "023112-2023-2",
"title": "Specialist Technical and Commercial Advisory for Rail and Other Transport Systems Framework (STARThree) - LOT 1",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-44927",
"name": "Ove Arup & Partners Limited"
},
{
"id": "GB-FTS-89640",
"name": "Costain Limited"
},
{
"id": "GB-FTS-89641",
"name": "Jacobs UK Limited"
},
{
"id": "GB-FTS-89643",
"name": "Mace Consult Limited"
},
{
"id": "GB-FTS-89645",
"name": "Mott MacDonald Limited"
},
{
"id": "GB-FTS-89649",
"name": "Steer, Davies & Gleave Ltd"
},
{
"id": "GB-FTS-89653",
"name": "Alchemmy Consulting Ltd"
},
{
"id": "GB-FTS-89638",
"name": "Atkins Limited"
},
{
"id": "GB-FTS-89654",
"name": "The Boston Consulting Group UK LLP"
},
{
"id": "GB-FTS-89655",
"name": "North Star Consultancy Limited"
},
{
"id": "GB-FTS-89647",
"name": "ST & R Partners -(Systra Limited, Tracsis Plc and Ricardo Rail Limited)"
},
{
"id": "GB-FTS-89656",
"name": "Adventis Consulting"
},
{
"id": "GB-FTS-89657",
"name": "Cognizant Worldwide Limited"
},
{
"id": "GB-FTS-89658",
"name": "First Rail Consulting"
},
{
"id": "GB-FTS-89659",
"name": "Journey4 Ltd"
},
{
"id": "GB-FTS-89652",
"name": "Winder Phillips Associates"
}
]
},
{
"id": "023112-2023-3",
"title": "Specialist Technical and Commercial Advisory for Rail and Other Transport Systems Framework (STARThree) - LOT 1",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-44927",
"name": "Ove Arup & Partners Limited"
},
{
"id": "GB-FTS-89640",
"name": "Costain Limited"
},
{
"id": "GB-FTS-89641",
"name": "Jacobs UK Limited"
},
{
"id": "GB-FTS-89643",
"name": "Mace Consult Limited"
},
{
"id": "GB-FTS-89645",
"name": "Mott MacDonald Limited"
},
{
"id": "GB-FTS-89649",
"name": "Steer, Davies & Gleave Ltd"
},
{
"id": "GB-FTS-89660",
"name": "Agilia Infrastructure Partners Limited"
},
{
"id": "GB-FTS-82332",
"name": "Currie & Brown UK Limited"
},
{
"id": "GB-FTS-35961",
"name": "Deloitte LLP"
},
{
"id": "GB-FTS-89661",
"name": "Egis Transport Solutions Limited"
},
{
"id": "GB-FTS-89644",
"name": "McKinsey & Company"
},
{
"id": "GB-FTS-40058",
"name": "Turner & Townsend Project Management Ltd"
},
{
"id": "GB-FTS-89662",
"name": "Additae Artes Limited"
},
{
"id": "GB-FTS-89639",
"name": "APS Partnership Limited"
},
{
"id": "GB-FTS-89651",
"name": "The Hub Transport Advisory Limited"
}
]
},
{
"id": "023112-2023-4",
"title": "Specialist Technical and Commercial Advisory for Rail and Other Transport Systems Framework (STARThree) - LOT 1",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-44927",
"name": "Ove Arup & Partners Limited"
},
{
"id": "GB-FTS-89640",
"name": "Costain Limited"
},
{
"id": "GB-FTS-89641",
"name": "Jacobs UK Limited"
},
{
"id": "GB-FTS-89643",
"name": "Mace Consult Limited"
},
{
"id": "GB-FTS-89645",
"name": "Mott MacDonald Limited"
},
{
"id": "GB-FTS-89649",
"name": "Steer, Davies & Gleave Ltd"
},
{
"id": "GB-FTS-89663",
"name": "SEMP Ltd"
},
{
"id": "GB-FTS-89664",
"name": "Taylor Airey Limited"
},
{
"id": "GB-FTS-89658",
"name": "First Rail Consulting"
},
{
"id": "GB-FTS-89665",
"name": "Firstco Limited"
},
{
"id": "GB-FTS-89666",
"name": "Ipex Consulting Ltd"
}
]
},
{
"id": "023112-2023-5",
"title": "Specialist Technical and Commercial Advisory for Rail and Other Transport Systems Framework (STARThree) - LOT 1",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-44927",
"name": "Ove Arup & Partners Limited"
},
{
"id": "GB-FTS-89640",
"name": "Costain Limited"
},
{
"id": "GB-FTS-89641",
"name": "Jacobs UK Limited"
},
{
"id": "GB-FTS-89643",
"name": "Mace Consult Limited"
},
{
"id": "GB-FTS-89645",
"name": "Mott MacDonald Limited"
},
{
"id": "GB-FTS-89649",
"name": "Steer, Davies & Gleave Ltd"
},
{
"id": "GB-FTS-82332",
"name": "Currie & Brown UK Limited"
},
{
"id": "GB-FTS-89661",
"name": "Egis Transport Solutions Limited"
},
{
"id": "GB-FTS-89642",
"name": "KPMG LLP"
},
{
"id": "GB-FTS-89667",
"name": "Lendlease Construction (Europe) Limited"
},
{
"id": "GB-FTS-89648",
"name": "STANTEC UK"
},
{
"id": "GB-FTS-40058",
"name": "Turner & Townsend Project Management Ltd"
},
{
"id": "GB-FTS-89662",
"name": "Additae Artes Limited"
},
{
"id": "GB-FTS-89639",
"name": "APS Partnership Limited"
},
{
"id": "GB-FTS-89657",
"name": "Cognizant Worldwide Limited"
},
{
"id": "GB-FTS-89665",
"name": "Firstco Limited"
},
{
"id": "GB-FTS-89668",
"name": "The Ultimate Solution Partnership Limited"
}
]
},
{
"id": "023112-2023-6",
"title": "Specialist Technical and Commercial Advisory for Rail and Other Transport Systems Framework (STARThree) - LOT 2",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-89639",
"name": "APS Partnership Limited"
},
{
"id": "GB-FTS-44927",
"name": "Ove Arup & Partners Limited"
},
{
"id": "GB-FTS-89669",
"name": "Evisa Solutions Ltd"
},
{
"id": "GB-FTS-89670",
"name": "Rail People Solutions Limited"
},
{
"id": "GB-FTS-89668",
"name": "The Ultimate Solution Partnership Limited"
}
]
}
],
"contracts": [
{
"id": "023112-2023-1",
"awardID": "023112-2023-1",
"title": "Specialist Technical and Commercial Advisory for Rail and Other Transport Systems Framework (STARThree) - LOT 1",
"status": "active",
"value": {
"amount": 575000000,
"currency": "GBP"
},
"dateSigned": "2023-07-31T00:00:00+01:00"
},
{
"id": "023112-2023-2",
"awardID": "023112-2023-2",
"title": "Specialist Technical and Commercial Advisory for Rail and Other Transport Systems Framework (STARThree) - LOT 1",
"status": "active",
"value": {
"amount": 25000000,
"currency": "GBP"
},
"dateSigned": "2023-07-31T00:00:00+01:00"
},
{
"id": "023112-2023-3",
"awardID": "023112-2023-3",
"title": "Specialist Technical and Commercial Advisory for Rail and Other Transport Systems Framework (STARThree) - LOT 1",
"status": "active",
"value": {
"amount": 575000000,
"currency": "GBP"
},
"dateSigned": "2023-07-31T00:00:00+01:00"
},
{
"id": "023112-2023-4",
"awardID": "023112-2023-4",
"title": "Specialist Technical and Commercial Advisory for Rail and Other Transport Systems Framework (STARThree) - LOT 1",
"status": "active",
"value": {
"amount": 575000000,
"currency": "GBP"
},
"dateSigned": "2023-07-31T00:00:00+01:00"
},
{
"id": "023112-2023-5",
"awardID": "023112-2023-5",
"title": "Specialist Technical and Commercial Advisory for Rail and Other Transport Systems Framework (STARThree) - LOT 1",
"status": "active",
"value": {
"amount": 575000000,
"currency": "GBP"
},
"dateSigned": "2023-07-31T00:00:00+01:00"
},
{
"id": "023112-2023-6",
"awardID": "023112-2023-6",
"title": "Specialist Technical and Commercial Advisory for Rail and Other Transport Systems Framework (STARThree) - LOT 2",
"status": "active",
"value": {
"amount": 25000000,
"currency": "GBP"
},
"dateSigned": "2023-07-31T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 17
},
{
"id": "2",
"measure": "bids",
"value": 16
},
{
"id": "3",
"measure": "bids",
"value": 21
},
{
"id": "4",
"measure": "bids",
"value": 15
},
{
"id": "5",
"measure": "bids",
"value": 25
},
{
"id": "6",
"measure": "bids",
"value": 6
}
]
}
}