Notice Information
Notice Title
21 084 Construction related Consultancy Services
Notice Description
Cheshire East Borough Borough Council intends to create a consultants Framework for the provision of construction related professional services. This Framework is to deliver construction related professional services to all internal departments and any organisation that Cheshire East Borough Council is associated with, to include its wholly owned companies, schools, academies, parish/town councils. The overall objective of the framework is to support the Council to deliver their revenue and capital programmes by; * Providing professional expertise on construction related projects, * Providing capacity and skills that allows flexibility where necessary to support existing Council services * Providing cost certainty * Standardise and streamline processes with continuous feedback and performance improvements with regards to external resource * Realise efficiencies through knowledge sharing and monitoring & management of performance in terms of cost and quality Estimated Value range: Min 1,930,000 to anticipated max 2,910,000, exceptional max 3,500,000 GBP. The anticipated minimum/maximum values are the value ranges that are expected to be achieved through the framework. For Public Contract Regulations 2015 (PCR's) threshold purposes the maximum value noted will be the "Exceptional Maximum". This value has been included to cover unforeseen works but it is not the expected maximum value. Suppliers can bid for one or more of the above Lots. The Council intends to offer the top scoring 3 tenders from each Lot (of the ITT responses) a position on the framework. The majority of the works will be new build construction, extension, refurbishment and remodelling projects.
Lot Information
Lot 1 - Architectural Services
Architectural Services It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MEAT basis. Estimated Value range: 360,000 to 650,000 GBP The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
Options: It will be renewed (up to 12 months prior) by the end of the initial contract period Nov 25 or by the end of the full 4-year extended period Nov 26.
Renewal: It will be renewed (up to 12 months prior) by the end of the initial contract period Oct 25 or by the end of the full 4 year extended period Oct 26.
Lot 2 - Building Services EngineeringMechanical and Electrical design/consultancy services. It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MEAT basis. Estimated Value range: 220,000 to 410,000 GBP The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
Options: It will be renewed (up to 12 months prior) by the end of the initial contract period Nov 25 or by the end of the full 4-year extended period Nov 26.
Renewal: It will be renewed (up to 12 months prior) by the end of the initial contract period Oct 25 or by the end of the full 4 year extended period Oct 26.
Lot 3 - Quantity Surveying ServicesQuantity Surveying Services It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MEAT basis. Estimated Value range: 320,000 to 580,000 GBP The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
Options: It will be renewed (up to 12 months prior) by the end of the initial contract period Nov 25 or by the end of the full 4-year extended period Nov 26.
Renewal: It will be renewed (up to 12 months prior) by the end of the initial contract period Oct 25 or by the end of the full 4 year extended period Oct 26.
Lot 4 - Structural Engineering ServicesStructural Engineering design/Consultancy Services It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MEAT basis. Estimated Value range: 120,000 to 220,000 GBP The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender. Additional information: Price is not the only award criterion, and all criteria are stated only in the procurement documents
Options: It will be renewed (up to 12 months prior) by the end of the initial contract period Nov 25 or by the end of the full 4-year extended period Nov 26.
Renewal: It will be renewed (up to 12 months prior) by the end of the initial contract period Oct 25 or by the end of the full 4 year extended period Oct 26.
Lot 5 - Building Surveying ServicesBuilding Surveying design/Consultancy Services This lot may undertake services on construction projects as well as dilapidation surveys, party wall surveys, boundary disputes, condition surveys, measured surveys etc. This lot will also be required to provide Clerk of Works services across the majority of projects, either themselves or through their supply chain. It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MEAT basis. Estimated Value range: 150,000 to 260,000 GBP The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
Options: It will be renewed (up to 12 months prior) by the end of the initial contract period Nov 25 or by the end of the full 4-year extended period Nov 26.
Renewal: It will be renewed (up to 12 months prior) by the end of the initial contract period Oct 25 or by the end of the full 4 year extended period Oct 26.
Lot 6 - Heritage Architectural ServicesArchitectural Design/Consultancy Services together with sub-consultant services for Building Services, Quantity Surveying and Structural Engineering. This lot may be requested to provide a multi-disciplinary design service. Providers must therefore be able to deliver the design services detailed in Lots 1, 2 and 4 either themselves or through their supply chain. It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MEAT basis. Estimated Value range: 360,000 to 650,000 GBP The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
Options: It will be renewed (up to 12 months prior) by the end of the initial contract period Nov 25 or by the end of the full 4-year extended period Nov 26.
Renewal: It will be renewed (up to 12 months prior) by the end of the initial contract period Oct 25 or by the end of the full 4 year extended period Oct 26.
Lot 7 - CDM Client Advisor ServicesCDM Co-ordinator services (or future services as defined by legislation). It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MEAT basis. Estimated Value range: 110,000 to 200,000 GBP The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.
Options: It will be renewed (up to 12 months prior) by the end of the initial contract period Nov 25 or by the end of the full 4-year extended period Nov 26.
Renewal: It will be renewed (up to 12 months prior) by the end of the initial contract period Oct 25 or by the end of the full 4 year extended period Oct 26.
Lot 8 - Environmental & Engineering Consultancy ServicesEnvironmental and Engineering Consultancy Services including Environmental Impact Assessments, site/ground investigations, ecological surveys, archaeological surveys and flood risk assessments. Lot 8 will be involved in traditional construction projects and will also be used as part of wider development projects. Providers will need to demonstrate competence, either themselves, or through their supply chain, in undertaking various services including: Environmental Impact Assessments * Site/ground investigations * Ecological surveys * Habitat surveys * Archaeological surveys * Traffic and transport surveys * Flood risk assessments * Support in Planning applications * BREEAM/Low Carbon assessor roles * Environmental Impact Assessments It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MEAT basis. Estimated Value range: 290,000 to 530,000 GBP The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender. Additional information: Price is not the only award criterion and all criteria are stated only in the procurement documents
Options: It will be renewed (up to 12 months prior) by the end of the initial contract period Nov 25 or by the end of the full 4-year extended period Nov 26.
Renewal: It will be renewed (up to 12 months prior) by the end of the initial contract period Oct 25 or by the end of the full 4 year extended period Oct 26.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0316bf
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/035713-2022
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71000000 - Architectural, construction, engineering and inspection services
71200000 - Architectural and related services
71312000 - Structural engineering consultancy services
71313000 - Environmental engineering consultancy services
71315000 - Building services
71317210 - Health and safety consultancy services
71324000 - Quantity surveying services
71334000 - Mechanical and electrical engineering services
71351000 - Geological, geophysical and other scientific prospecting services
71500000 - Construction-related services
Notice Value(s)
- Tender Value
- £3,500,000 £1M-£10M
- Lots Value
- £3,500,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 16 Dec 20223 years ago
- Submission Deadline
- 21 Mar 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 28 Nov 20223 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CHESHIRE EAST BOROUGH COUNCIL
- Contact Name
- Mrs Janet Ellison-Jones
- Contact Email
- janet.ellison-jones@cheshireeast.gov.uk
- Contact Phone
- +44 1270686456
Buyer Location
- Locality
- SANDBACH
- Postcode
- CW11 1HZ
- Post Town
- Crewe
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD6 Cheshire
- Small Region (ITL 3)
- TLD62 Cheshire East
- Delivery Location
- TLD North West (England), TLD6 Cheshire
-
- Local Authority
- Cheshire East
- Electoral Ward
- Sandbach Town
- Westminster Constituency
- Congleton
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-0316bf-2022-12-16T15:17:46Z",
"date": "2022-12-16T15:17:46Z",
"ocid": "ocds-h6vhtk-0316bf",
"description": "This notice is for a framework agreement for Construction related Consultancy Services and is not in itself a contract and there is no guarantee of volumes of business under this agreement. Services may be provided under the individual call-off contracts to schools, academies, town/parish councils and alternative service delivery vehicles (ASDVs) established by the Council. Details of the schools and Academies and ASDVs within the Authorities' administrative areas known at the time of publishing can be found at: http://www.education.gov.uk/edubase/home.xhtml and a list of Cheshire East ASDV's can be found at: http://www.cheshireeast.gov.uk/council_and_democracy/your_council/best_fit_services/best_fit_services.aspx Closing date: 21st February 2022 12pm",
"initiationType": "tender",
"tender": {
"id": "DN586436",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "21 084 Construction related Consultancy Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
"mainProcurementCategory": "services",
"description": "Cheshire East Borough Borough Council intends to create a consultants Framework for the provision of construction related professional services. This Framework is to deliver construction related professional services to all internal departments and any organisation that Cheshire East Borough Council is associated with, to include its wholly owned companies, schools, academies, parish/town councils. The overall objective of the framework is to support the Council to deliver their revenue and capital programmes by; * Providing professional expertise on construction related projects, * Providing capacity and skills that allows flexibility where necessary to support existing Council services * Providing cost certainty * Standardise and streamline processes with continuous feedback and performance improvements with regards to external resource * Realise efficiencies through knowledge sharing and monitoring & management of performance in terms of cost and quality Estimated Value range: Min 1,930,000 to anticipated max 2,910,000, exceptional max 3,500,000 GBP. The anticipated minimum/maximum values are the value ranges that are expected to be achieved through the framework. For Public Contract Regulations 2015 (PCR's) threshold purposes the maximum value noted will be the \"Exceptional Maximum\". This value has been included to cover unforeseen works but it is not the expected maximum value. Suppliers can bid for one or more of the above Lots. The Council intends to offer the top scoring 3 tenders from each Lot (of the ITT responses) a position on the framework. The majority of the works will be new build construction, extension, refurbishment and remodelling projects.",
"value": {
"amount": 3500000,
"currency": "GBP"
},
"lots": [
{
"id": "01",
"title": "Lot 1 - Architectural Services",
"description": "Architectural Services It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MEAT basis. Estimated Value range: 360,000 to 650,000 GBP The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.",
"value": {
"amount": 650000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "It will be renewed (up to 12 months prior) by the end of the initial contract period Oct 25 or by the end of the full 4 year extended period Oct 26."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "It will be renewed (up to 12 months prior) by the end of the initial contract period Nov 25 or by the end of the full 4-year extended period Nov 26."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
}
},
{
"id": "02",
"title": "Lot 2 - Building Services Engineering",
"description": "Mechanical and Electrical design/consultancy services. It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MEAT basis. Estimated Value range: 220,000 to 410,000 GBP The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.",
"value": {
"amount": 410000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "It will be renewed (up to 12 months prior) by the end of the initial contract period Oct 25 or by the end of the full 4 year extended period Oct 26."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "It will be renewed (up to 12 months prior) by the end of the initial contract period Nov 25 or by the end of the full 4-year extended period Nov 26."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
}
},
{
"id": "03",
"title": "Lot 3 - Quantity Surveying Services",
"description": "Quantity Surveying Services It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MEAT basis. Estimated Value range: 320,000 to 580,000 GBP The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.",
"value": {
"amount": 580000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "It will be renewed (up to 12 months prior) by the end of the initial contract period Oct 25 or by the end of the full 4 year extended period Oct 26."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "It will be renewed (up to 12 months prior) by the end of the initial contract period Nov 25 or by the end of the full 4-year extended period Nov 26."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
}
},
{
"id": "04",
"title": "Lot 4 - Structural Engineering Services",
"description": "Structural Engineering design/Consultancy Services It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MEAT basis. Estimated Value range: 120,000 to 220,000 GBP The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender. Additional information: Price is not the only award criterion, and all criteria are stated only in the procurement documents",
"value": {
"amount": 220000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "It will be renewed (up to 12 months prior) by the end of the initial contract period Oct 25 or by the end of the full 4 year extended period Oct 26."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "It will be renewed (up to 12 months prior) by the end of the initial contract period Nov 25 or by the end of the full 4-year extended period Nov 26."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
}
},
{
"id": "05",
"title": "Lot 5 - Building Surveying Services",
"description": "Building Surveying design/Consultancy Services This lot may undertake services on construction projects as well as dilapidation surveys, party wall surveys, boundary disputes, condition surveys, measured surveys etc. This lot will also be required to provide Clerk of Works services across the majority of projects, either themselves or through their supply chain. It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MEAT basis. Estimated Value range: 150,000 to 260,000 GBP The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.",
"value": {
"amount": 260000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "It will be renewed (up to 12 months prior) by the end of the initial contract period Oct 25 or by the end of the full 4 year extended period Oct 26."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "It will be renewed (up to 12 months prior) by the end of the initial contract period Nov 25 or by the end of the full 4-year extended period Nov 26."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
}
},
{
"id": "06",
"title": "Lot 6 - Heritage Architectural Services",
"description": "Architectural Design/Consultancy Services together with sub-consultant services for Building Services, Quantity Surveying and Structural Engineering. This lot may be requested to provide a multi-disciplinary design service. Providers must therefore be able to deliver the design services detailed in Lots 1, 2 and 4 either themselves or through their supply chain. It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MEAT basis. Estimated Value range: 360,000 to 650,000 GBP The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.",
"value": {
"amount": 650000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "It will be renewed (up to 12 months prior) by the end of the initial contract period Oct 25 or by the end of the full 4 year extended period Oct 26."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "It will be renewed (up to 12 months prior) by the end of the initial contract period Nov 25 or by the end of the full 4-year extended period Nov 26."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
}
},
{
"id": "07",
"title": "Lot 7 - CDM Client Advisor Services",
"description": "CDM Co-ordinator services (or future services as defined by legislation). It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MEAT basis. Estimated Value range: 110,000 to 200,000 GBP The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender.",
"value": {
"amount": 200000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "It will be renewed (up to 12 months prior) by the end of the initial contract period Oct 25 or by the end of the full 4 year extended period Oct 26."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "It will be renewed (up to 12 months prior) by the end of the initial contract period Nov 25 or by the end of the full 4-year extended period Nov 26."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
}
},
{
"id": "08",
"title": "Lot 8 - Environmental & Engineering Consultancy Services",
"description": "Environmental and Engineering Consultancy Services including Environmental Impact Assessments, site/ground investigations, ecological surveys, archaeological surveys and flood risk assessments. Lot 8 will be involved in traditional construction projects and will also be used as part of wider development projects. Providers will need to demonstrate competence, either themselves, or through their supply chain, in undertaking various services including: Environmental Impact Assessments * Site/ground investigations * Ecological surveys * Habitat surveys * Archaeological surveys * Traffic and transport surveys * Flood risk assessments * Support in Planning applications * BREEAM/Low Carbon assessor roles * Environmental Impact Assessments It is envisaged that the majority of projects will be allocated by direct appointment. At the Council's discretion projects may also be allocated following a mini competition on either a lowest price or MEAT basis. Estimated Value range: 290,000 to 530,000 GBP The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). For the avoidance of doubt, the Contracting Authority points out that no weight will be attached to whether or not an economic operator is an SME in selecting economic operators to submit tenders or in assessing the most economically advantageous tender. Additional information: Price is not the only award criterion and all criteria are stated only in the procurement documents",
"value": {
"amount": 530000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "It will be renewed (up to 12 months prior) by the end of the initial contract period Oct 25 or by the end of the full 4 year extended period Oct 26."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "It will be renewed (up to 12 months prior) by the end of the initial contract period Nov 25 or by the end of the full 4-year extended period Nov 26."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
}
}
],
"items": [
{
"id": "01",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71200000",
"description": "Architectural and related services"
}
],
"deliveryAddresses": [
{
"region": "UKD"
},
{
"region": "UKD6"
}
],
"relatedLot": "01",
"deliveryLocation": {
"description": "Cheshire"
}
},
{
"id": "02",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71334000",
"description": "Mechanical and electrical engineering services"
}
],
"deliveryAddresses": [
{
"region": "UKD"
},
{
"region": "UKD6"
}
],
"relatedLot": "02",
"deliveryLocation": {
"description": "Cheshire"
}
},
{
"id": "03",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71324000",
"description": "Quantity surveying services"
}
],
"deliveryAddresses": [
{
"region": "UKD"
},
{
"region": "UKD6"
}
],
"relatedLot": "03",
"deliveryLocation": {
"description": "Cheshire"
}
},
{
"id": "04",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71312000",
"description": "Structural engineering consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKD"
},
{
"region": "UKD6"
}
],
"relatedLot": "04"
},
{
"id": "05",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71315000",
"description": "Building services"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
}
],
"deliveryAddresses": [
{
"region": "UKD"
},
{
"region": "UKD6"
}
],
"relatedLot": "05"
},
{
"id": "06",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71200000",
"description": "Architectural and related services"
},
{
"scheme": "CPV",
"id": "71312000",
"description": "Structural engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71334000",
"description": "Mechanical and electrical engineering services"
}
],
"deliveryAddresses": [
{
"region": "UKD"
},
{
"region": "UKD6"
}
],
"relatedLot": "06"
},
{
"id": "07",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71317210",
"description": "Health and safety consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKD"
},
{
"region": "UKD6"
}
],
"relatedLot": "07"
},
{
"id": "08",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71313000",
"description": "Environmental engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71351000",
"description": "Geological, geophysical and other scientific prospecting services"
}
],
"deliveryAddresses": [
{
"region": "UKD"
},
{
"region": "UKD6"
}
],
"relatedLot": "08"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com/Home/About",
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 24
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-03-21T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": true,
"reviewDetails": "In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87(Standstill Period) and Regulation 91 (Enforcement of duties through the court) of the Public Contract Regulations 2015 (as amended). Cheshire East Borough Council has incorporated a standstill period at the point information on the award of the contract was communicated to tenderers. That notification has provided full information on the award decision. The standstill period, which was for a minimum of 10 calendar days provided time for unsuccessful tenderers to review and scrutinize the award decision before the contract(s) are entered into."
},
"parties": [
{
"id": "GB-FTS-960",
"name": "Cheshire East Borough Council",
"identifier": {
"legalName": "Cheshire East Borough Council"
},
"address": {
"streetAddress": "Westfields, Middlewich Road",
"locality": "Sandbach",
"region": "UKD6",
"postalCode": "CW11 1HZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mrs Janet Ellison-Jones",
"telephone": "+44 1270686456",
"email": "janet.ellison-jones@cheshireeast.gov.uk",
"url": "https://procontract.due-north.com/Home/About"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.cheshireeast.gov.uk/",
"buyerProfile": "http://www.cheshireeast.gov.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-4500",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-71183",
"name": "Halliday Meecham Architects Limited",
"identifier": {
"legalName": "Halliday Meecham Architects Limited"
},
"address": {
"locality": "Manchester",
"region": "UKD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-71184",
"name": "GLD Technical Consulting Ltd",
"identifier": {
"legalName": "GLD Technical Consulting Ltd"
},
"address": {
"locality": "Manchester",
"region": "UKD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-22598",
"name": "Currie & Brown UK Limited",
"identifier": {
"legalName": "Currie & Brown UK Limited"
},
"address": {
"locality": "London",
"region": "UKI",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-71185",
"name": "Sutcliffe Projects Ltd",
"identifier": {
"legalName": "Sutcliffe Projects Ltd"
},
"address": {
"locality": "Liverpool",
"region": "UKD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-71186",
"name": "David Trowler",
"identifier": {
"legalName": "David Trowler"
},
"address": {
"locality": "Wirral",
"region": "UKD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-71187",
"name": "Purcell Architecture Limited",
"identifier": {
"legalName": "Purcell Architecture Limited"
},
"address": {
"locality": "Manchester",
"region": "UKD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-71188",
"name": "The Environment Partnership (TEP) Limited",
"identifier": {
"legalName": "The Environment Partnership (TEP) Limited"
},
"address": {
"locality": "Warrington",
"region": "UKD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-71189",
"name": "Cunliffes Ltd",
"identifier": {
"legalName": "Cunliffes Ltd"
},
"address": {
"locality": "Liverpool",
"region": "UKD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-71190",
"name": "Halsall Lloyd LLP",
"identifier": {
"legalName": "Halsall Lloyd LLP"
},
"address": {
"locality": "Liverpool",
"region": "UKD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-71191",
"name": "Waldeck Associates Limited",
"identifier": {
"legalName": "Waldeck Associates Limited"
},
"address": {
"locality": "Manchester",
"region": "UKD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-71192",
"name": "ECS Consultants Limited",
"identifier": {
"legalName": "ECS Consultants Limited"
},
"address": {
"locality": "Cheadle",
"region": "UKD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-71193",
"name": "Gateley Vinden Limited",
"identifier": {
"legalName": "Gateley Vinden Limited"
},
"address": {
"locality": "Birmingham",
"region": "UKG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-71194",
"name": "Long O Donnell Associates Limited",
"identifier": {
"legalName": "Long O Donnell Associates Limited"
},
"address": {
"locality": "Northwich",
"region": "UKD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-54760",
"name": "Wilde Consultants Ltd",
"identifier": {
"legalName": "Wilde Consultants Ltd"
},
"address": {
"locality": "Stockport",
"region": "UKD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-58737",
"name": "Curtins Consulting Limited",
"identifier": {
"legalName": "Curtins Consulting Limited"
},
"address": {
"locality": "Liverpool",
"region": "UKD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-71195",
"name": "Currie & Brown UK Limited",
"identifier": {
"legalName": "Currie & Brown UK Limited"
},
"address": {
"locality": "Manchester",
"region": "UKD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-54751",
"name": "AHR Building Consultancy Ltd",
"identifier": {
"legalName": "AHR Building Consultancy Ltd"
},
"address": {
"locality": "Manchester",
"region": "UKD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-71196",
"name": "Buttress Architects Ltd",
"identifier": {
"legalName": "Buttress Architects Ltd"
},
"address": {
"locality": "Manchester",
"region": "UKD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-71197",
"name": "RSK Environment Limited",
"identifier": {
"legalName": "RSK Environment Limited"
},
"address": {
"locality": "Helsby",
"region": "UKD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-71198",
"name": "Wardell Armstrong LLP",
"identifier": {
"legalName": "Wardell Armstrong LLP"
},
"address": {
"locality": "Stoke-On-Trent",
"region": "UKD",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-92",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-960",
"name": "Cheshire East Borough Council"
},
"language": "en",
"awards": [
{
"id": "035713-2022-1",
"relatedLots": [
"01"
],
"title": "Lot 1 - Architectural Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-71183",
"name": "Halliday Meecham Architects Limited"
},
{
"id": "GB-FTS-71189",
"name": "Cunliffes Ltd"
},
{
"id": "GB-FTS-71190",
"name": "Halsall Lloyd LLP"
}
]
},
{
"id": "035713-2022-2",
"relatedLots": [
"02"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-71184",
"name": "GLD Technical Consulting Ltd"
},
{
"id": "GB-FTS-71191",
"name": "Waldeck Associates Limited"
},
{
"id": "GB-FTS-71192",
"name": "ECS Consultants Limited"
}
]
},
{
"id": "035713-2022-3",
"relatedLots": [
"03"
],
"title": "Lot 3 - Quantity Surveying Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-22598",
"name": "Currie & Brown UK Limited"
},
{
"id": "GB-FTS-71193",
"name": "Gateley Vinden Limited"
},
{
"id": "GB-FTS-71194",
"name": "Long O Donnell Associates Limited"
}
]
},
{
"id": "035713-2022-4",
"relatedLots": [
"04"
],
"title": "Lot 4 - Structural Engineering Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-71185",
"name": "Sutcliffe Projects Ltd"
},
{
"id": "GB-FTS-54760",
"name": "Wilde Consultants Ltd"
},
{
"id": "GB-FTS-58737",
"name": "Curtins Consulting Limited"
}
]
},
{
"id": "035713-2022-5",
"relatedLots": [
"05"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-71186",
"name": "David Trowler"
},
{
"id": "GB-FTS-71195",
"name": "Currie & Brown UK Limited"
},
{
"id": "GB-FTS-54751",
"name": "AHR Building Consultancy Ltd"
}
]
},
{
"id": "035713-2022-6",
"relatedLots": [
"06"
],
"title": "Lot 6 - Heritage Architectural Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-71187",
"name": "Purcell Architecture Limited"
},
{
"id": "GB-FTS-71196",
"name": "Buttress Architects Ltd"
},
{
"id": "GB-FTS-71190",
"name": "Halsall Lloyd LLP"
}
]
},
{
"id": "035713-2022-7",
"relatedLots": [
"07"
],
"title": "Lot 7 - CDM Client Advisor Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-71186",
"name": "David Trowler"
},
{
"id": "GB-FTS-54751",
"name": "AHR Building Consultancy Ltd"
},
{
"id": "GB-FTS-71191",
"name": "Waldeck Associates Limited"
}
]
},
{
"id": "035713-2022-8",
"relatedLots": [
"08"
],
"title": "Lot 8 - Environmental and Engineering Consultancy Services",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-71188",
"name": "The Environment Partnership (TEP) Limited"
},
{
"id": "GB-FTS-71197",
"name": "RSK Environment Limited"
},
{
"id": "GB-FTS-71198",
"name": "Wardell Armstrong LLP"
}
]
}
],
"contracts": [
{
"id": "035713-2022-1",
"awardID": "035713-2022-1",
"title": "Lot 1 - Architectural Services",
"status": "active",
"dateSigned": "2022-11-28T00:00:00Z"
},
{
"id": "035713-2022-2",
"awardID": "035713-2022-2",
"status": "active",
"dateSigned": "2022-11-28T00:00:00Z"
},
{
"id": "035713-2022-3",
"awardID": "035713-2022-3",
"title": "Lot 3 - Quantity Surveying Services",
"status": "active",
"dateSigned": "2022-11-28T00:00:00Z"
},
{
"id": "035713-2022-4",
"awardID": "035713-2022-4",
"title": "Lot 4 - Structural Engineering Services",
"status": "active",
"dateSigned": "2022-11-28T00:00:00Z"
},
{
"id": "035713-2022-5",
"awardID": "035713-2022-5",
"status": "active",
"dateSigned": "2022-11-28T00:00:00Z"
},
{
"id": "035713-2022-6",
"awardID": "035713-2022-6",
"title": "Lot 6 - Heritage Architectural Services",
"status": "active",
"dateSigned": "2022-11-28T00:00:00Z"
},
{
"id": "035713-2022-7",
"awardID": "035713-2022-7",
"title": "Lot 7 - CDM Client Advisor Services",
"status": "active",
"dateSigned": "2022-11-28T00:00:00Z"
},
{
"id": "035713-2022-8",
"awardID": "035713-2022-8",
"title": "Lot 8 - Environmental and Engineering Consultancy Services",
"status": "active",
"dateSigned": "2022-11-28T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "3",
"measure": "bids",
"relatedLot": "01",
"value": 4
},
{
"id": "10",
"measure": "bids",
"relatedLot": "02",
"value": 4
},
{
"id": "17",
"measure": "bids",
"relatedLot": "03",
"value": 5
},
{
"id": "24",
"measure": "bids",
"relatedLot": "04",
"value": 6
},
{
"id": "31",
"measure": "bids",
"relatedLot": "05",
"value": 5
},
{
"id": "38",
"measure": "bids",
"relatedLot": "06",
"value": 4
},
{
"id": "45",
"measure": "bids",
"relatedLot": "07",
"value": 3
},
{
"id": "52",
"measure": "bids",
"relatedLot": "08",
"value": 4
},
{
"id": "4",
"measure": "smeBids",
"relatedLot": "01",
"value": 4
},
{
"id": "11",
"measure": "smeBids",
"relatedLot": "02",
"value": 4
},
{
"id": "18",
"measure": "smeBids",
"relatedLot": "03",
"value": 3
},
{
"id": "25",
"measure": "smeBids",
"relatedLot": "04",
"value": 5
},
{
"id": "32",
"measure": "smeBids",
"relatedLot": "05",
"value": 3
},
{
"id": "39",
"measure": "smeBids",
"relatedLot": "06",
"value": 3
},
{
"id": "46",
"measure": "smeBids",
"relatedLot": "07",
"value": 2
},
{
"id": "53",
"measure": "smeBids",
"relatedLot": "08",
"value": 2
},
{
"id": "5",
"measure": "foreignBidsFromEU",
"relatedLot": "01",
"value": 0
},
{
"id": "12",
"measure": "foreignBidsFromEU",
"relatedLot": "02",
"value": 0
},
{
"id": "19",
"measure": "foreignBidsFromEU",
"relatedLot": "03",
"value": 0
},
{
"id": "26",
"measure": "foreignBidsFromEU",
"relatedLot": "04",
"value": 0
},
{
"id": "33",
"measure": "foreignBidsFromEU",
"relatedLot": "05",
"value": 0
},
{
"id": "40",
"measure": "foreignBidsFromEU",
"relatedLot": "06",
"value": 0
},
{
"id": "47",
"measure": "foreignBidsFromEU",
"relatedLot": "07",
"value": 0
},
{
"id": "54",
"measure": "foreignBidsFromEU",
"relatedLot": "08",
"value": 0
},
{
"id": "6",
"measure": "foreignBidsFromNonEU",
"relatedLot": "01",
"value": 0
},
{
"id": "13",
"measure": "foreignBidsFromNonEU",
"relatedLot": "02",
"value": 0
},
{
"id": "20",
"measure": "foreignBidsFromNonEU",
"relatedLot": "03",
"value": 0
},
{
"id": "27",
"measure": "foreignBidsFromNonEU",
"relatedLot": "04",
"value": 0
},
{
"id": "34",
"measure": "foreignBidsFromNonEU",
"relatedLot": "05",
"value": 0
},
{
"id": "41",
"measure": "foreignBidsFromNonEU",
"relatedLot": "06",
"value": 0
},
{
"id": "48",
"measure": "foreignBidsFromNonEU",
"relatedLot": "07",
"value": 0
},
{
"id": "55",
"measure": "foreignBidsFromNonEU",
"relatedLot": "08",
"value": 0
},
{
"id": "7",
"measure": "electronicBids",
"relatedLot": "01",
"value": 4
},
{
"id": "14",
"measure": "electronicBids",
"relatedLot": "02",
"value": 4
},
{
"id": "21",
"measure": "electronicBids",
"relatedLot": "03",
"value": 5
},
{
"id": "28",
"measure": "electronicBids",
"relatedLot": "04",
"value": 6
},
{
"id": "35",
"measure": "electronicBids",
"relatedLot": "05",
"value": 5
},
{
"id": "42",
"measure": "electronicBids",
"relatedLot": "06",
"value": 4
},
{
"id": "49",
"measure": "electronicBids",
"relatedLot": "07",
"value": 3
},
{
"id": "56",
"measure": "electronicBids",
"relatedLot": "08",
"value": 4
},
{
"id": "1",
"measure": "lowestValidBidValue",
"relatedLot": "01",
"value": 360000,
"currency": "GBP"
},
{
"id": "8",
"measure": "lowestValidBidValue",
"relatedLot": "02",
"value": 220000,
"currency": "GBP"
},
{
"id": "15",
"measure": "lowestValidBidValue",
"relatedLot": "03",
"value": 320000,
"currency": "GBP"
},
{
"id": "22",
"measure": "lowestValidBidValue",
"relatedLot": "04",
"value": 120000,
"currency": "GBP"
},
{
"id": "29",
"measure": "lowestValidBidValue",
"relatedLot": "05",
"value": 150000,
"currency": "GBP"
},
{
"id": "36",
"measure": "lowestValidBidValue",
"relatedLot": "06",
"value": 360000,
"currency": "GBP"
},
{
"id": "43",
"measure": "lowestValidBidValue",
"relatedLot": "07",
"value": 110000,
"currency": "GBP"
},
{
"id": "50",
"measure": "lowestValidBidValue",
"relatedLot": "08",
"value": 290000,
"currency": "GBP"
},
{
"id": "2",
"measure": "highestValidBidValue",
"relatedLot": "01",
"value": 650000,
"currency": "GBP"
},
{
"id": "9",
"measure": "highestValidBidValue",
"relatedLot": "02",
"value": 410000,
"currency": "GBP"
},
{
"id": "16",
"measure": "highestValidBidValue",
"relatedLot": "03",
"value": 580000,
"currency": "GBP"
},
{
"id": "23",
"measure": "highestValidBidValue",
"relatedLot": "04",
"value": 220000,
"currency": "GBP"
},
{
"id": "30",
"measure": "highestValidBidValue",
"relatedLot": "05",
"value": 260000,
"currency": "GBP"
},
{
"id": "37",
"measure": "highestValidBidValue",
"relatedLot": "06",
"value": 650000,
"currency": "GBP"
},
{
"id": "44",
"measure": "highestValidBidValue",
"relatedLot": "07",
"value": 200000,
"currency": "GBP"
},
{
"id": "51",
"measure": "highestValidBidValue",
"relatedLot": "08",
"value": 530000,
"currency": "GBP"
}
]
}
}