Award

Non-Infrastructure Medium Project Work

THAMES WATER UTILITIES LIMITED

This public procurement record has 3 releases in its history.

Award

16 May 2024 at 10:02

TenderUpdate

16 Feb 2023 at 14:47

Tender

16 Feb 2023 at 14:41

Summary of the contracting process

The procurement process for the contract titled "Non-Infrastructure Medium Project Work" has been completed by THAMES WATER UTILITIES LIMITED. This project falls under the "Construction Work" industry category and involves works related to non-infrastructure MEICA and civils projects. The procurement stage is now in the award phase. The estimated total contract value is £500,000,000. The contract has been divided into three lots and is being conducted through a selective procurement method using a negotiated procedure with prior call for competition.

This tender presents significant business growth opportunities for companies specializing in construction works, particularly in the areas of mechanical, electrical, instrumentation, control, automation, and civils projects. Businesses suited for this tender should have expertise in water and wastewater treatment assets, including refurbishment, replacement, and provision of various treatment facilities. The contract offers the chance to compete for projects in the water sector across the Thames Water region and participate in projects involving both MEICA and civils works.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Non-Infrastructure Medium Project Work

Notice Description

Non-infrastructure MEICA and Civils ~ Medium (RW1) Project Work. TWUL are procuring delivery capability for Non-Infrastructure projects. TWUL recognises non-infrastructure as nominally all above ground plant, equipment, structures and process; the expected scope of works spans Thames Water's water and wastewater non-infrastructure (treatment) assets across the Thames Water region. The Non-infrastructure scope includes refurbishment, replacement and provision of new potable water and wastewater treatment assets including service and storage reservoirs Water non infrastructure scope includes but is not limited to: - refurbishment, replacement and provision of new potable ground and surface water production assets such as enhanced slow sand filter performance, - disinfection, - surge protection, - chemical dosing, - supervisory control and data acquisition (SCADA), - run-to-waste facilities, - cartridge filters and UV, - increased power resilience, - inspection and maintenance of existing service and storage reservoirs. Wastewater non-infrastructure scope includes but is not limited to: - refurbishment, replacement and provision of new treatment facilities such as inlet works, - storm water storage, - event duration monitors, - settlement tanks, - biological treatment, tertiary treatment, sludge treatment including thermal hydrolysis process (THP), - digester roof replacement, - combined heat and power (CHP), - chemical dosing, - phosphorous removal, - odour control, - SCADA, - increased power resilience. two.1.5) Estimated total valueII.1.5) Estimated total value Value excluding VAT: PS500,000,000 two.1.6) Information about lotsII.1.6) Information about lots This contract is divided into lots: Yes Tenders may be submitted for one lot only

Lot Information

Non-infrastructure MEICA Medium Project Works

Non-infrastructure Mechanical, Electrical, Instrumentation, Control & Automation systems project works including the refurbishment, replacement, and maintenance as described above in section ll.1.4 The work described in II.4.1 (Short Description) is Thames Water's Runway 1 (RW1). Thames Water has four runways: RW0 is Small Project Work where works contracts are expected to typically be greater than PS250k in value. RW1 which is the subject of this procurement is intended to be used for Non-Infrastructure works with a values between PS250k and PS5m (but exceptionally works may fall outside those boundaries) RW2 is Framework Agreement (Thames Wide and Geographic) which is for Infrastructure and Non-Infrastructure works with a value ranging between PS5m and PS25m RW3 is Major Projects for works with generally exceeding PS25m It is intended, but not guaranteed, that Thames Water will generally allocate works contracts with a value of up to PS1.5m directly to the Framework Contractors, namely such contracts will be shared between the Framework Contractors without a mini-competition. There may however be some works contracts below that value which are more suitable for a mini-competition and there may be circumstances in which works contracts above that value are directly allocated. The aggregate Value of Contracts directly allocated to each Framework Contractor over the Term is intended to be the same. Please refer to Appendix 9 (Call-Off Procedures) of the draft Framework Agreement for further information on the procedure for the allocation of works. Additional information: Whilst the intention is to use this Lot for projects which are predominately MEICA works, there may inevitably be an element of associated civils works. Please note, the envisaged number of participants to lot 1 is 8.

Options: This lot shall run for an initial period of 4 years. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot for up to a maximum further 4 years.

Renewal: This lot shall run for an initial period of 4 years. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot for up to a maximum further 4 years.

Civil Medium Project Work

Non-infrastructure civils project works as described above in section II.1.4. The work described in II.4.1 (Short Description) is Thames Water's Runway 1 (RW1). Thames Water has four runways: RW0 is Small Project Work where works contracts are expected to typically be greater than PS250k in value. RW1 which is the subject of this procurement is intended to be used for Non-Infrastructure works with a values between PS250k and PS5m (but exceptionally works may fall outside those boundaries) RW2 is Framework Agreement (Thames Wide and Geographic) which is for Infrastructure and Non-Infrastructure works with a value ranging between PS5m and PS25m RW3 is Major Projects for works with generally exceeding PS25m It is intended, but not guaranteed, that Thames Water will generally allocate works contracts with a value of up to PS1.5m directly to the Framework Contractors, namely such contracts will be shared between the Framework Contractors without a mini-competition. There may however be some works contracts below that value which are more suitable for a mini-competition and there may be circumstances in which works contracts above that value are directly allocated. The aggregate Value of Contracts directly allocated to each Framework Contractor over the Term is intended to be the same. Please refer to Appendix 9 (Call-Off Procedures) of the draft Framework Agreement for further information on the procedure for the allocation of works. Additional information: Whilst the intention is to use this Lot for projects which are predominately civil works, there may inevitably be an element of associated MEICA works. Please note, the envisaged number of participants to lot 2 is 8.

Options: This lot shall run for an initial period of approximately 4 years. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot on a period or annual basis for a maximum further 4 years.

Renewal: This lot shall run for an initial period of approximately 4 years. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot on a period or annual basis for a maximum further 4 years.

Projects involving both MEICA and Civils Works

Projects involving both MEICA and Civils Works as described in II.1.4. The work described in II.4.1 (Short Description) is Thames Water's Runway 1 (RW1). Thames Water has four runways: RW0 is Small Project Work where works contracts are expected to typically be greater than PS250k in value. RW1 which is the subject of this procurement is intended to be used for Non-Infrastructure works with a values between PS250k and PS5m (but exceptionally works may fall outside those boundaries) RW2 is Framework Agreement (Thames Wide and Geographic) which is for Infrastructure and Non-Infrastructure works with a value ranging between PS5m and PS25m RW3 is Major Projects for works with generally exceeding PS25m It is intended, but not guaranteed, that Thames Water will generally allocate works contracts with a value of up to PS1.5m directly to the Framework Contractors, namely such contracts will be shared between the Framework Contractors without a mini-competition. There may however be some works contracts below that value which are more suitable for a mini-competition and there may be circumstances in which works contracts above that value are directly allocated. The aggregate Value of Contracts directly allocated to each Framework Contractor over the Term is intended to be the same. Please refer to Appendix 9 (Call-Off Procedures) of the draft Framework Agreement for further information on the procedure for the allocation of works. two.2.5) Award criteriaII.2.5) Award criteria Additional information: Please note, the envisaged number of participants to lot 3 is 12.

Options: This lot shall run for an initial period of 4 years. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot for up to a maximum further 4 years.

Renewal: This lot shall run for an initial period of 4 years. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot for up to a maximum further 4 years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03a637
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/015540-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Negotiated procedure with prior call for competition
Tender Suitability
Not specified
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

45232421 - Sewage treatment works

45232422 - Sludge-treatment works

45232423 - Sewage pumping stations construction work

45232430 - Water-treatment work

45232431 - Wastewater pumping station

45232440 - Construction work for sewage pipes

45232450 - Drainage construction works

45232451 - Drainage and surface works

45232453 - Drains construction work

45310000 - Electrical installation work

45350000 - Mechanical installations

45351000 - Mechanical engineering installation works

Notice Value(s)

Tender Value
£500,000,000 £100M-£1B
Lots Value
£334,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
£1,900,000 £1M-£10M

Notice Dates

Publication Date
16 May 20241 years ago
Submission Deadline
20 Mar 2023Expired
Future Notice Date
Not specified
Award Date
13 Feb 20242 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
THAMES WATER UTILITIES LIMITED
Contact Name
Thames Water
Contact Email
procurement.support.centre@thameswater.co.uk
Contact Phone
Not specified

Buyer Location

Locality
READING
Postcode
RG1 8DB
Post Town
Reading
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ16 Berkshire West
Delivery Location
TLI London, TLJ South East (England)

Local Authority
Reading
Electoral Ward
Thames
Westminster Constituency
Reading Central

Supplier Information

Number of Suppliers
22
Supplier Names

AVRS SYSTEMS

BARHALE

BILFINGER

BRIDGES (ELECTRICAL ENGINEERS

CLANCY DOCWRA

CLEANTECH CIVILS

DYER & BUTLER

ENISCA

ENPURE

FALCO CONSTRUCTION

GEL ENGINEERING

HAVERING BUILDING SPECIALISTS LTD (HBS

J BROWNE CONSTRUCTION

JACKSON CIVIL ENGINEERING GROUP

MONTEL CIVIL ENGINEERING

MORRISON WATER SERVICES

NORTHAVON GROUP

ROSS-SHIRE ENGINEERING LIMITED (RSE

STONBURY

TES GROUP

TRANT ENGINEERING

WARD & BURKE CONSTRUCTION

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03a637-2024-05-16T11:02:06+01:00",
    "date": "2024-05-16T11:02:06+01:00",
    "ocid": "ocds-h6vhtk-03a637",
    "description": "** Please note, this is a Contract Award Notice **",
    "initiationType": "tender",
    "tender": {
        "id": "FA1756",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Non-Infrastructure Medium Project Work",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "description": "Non-infrastructure MEICA and Civils ~ Medium (RW1) Project Work. TWUL are procuring delivery capability for Non-Infrastructure projects. TWUL recognises non-infrastructure as nominally all above ground plant, equipment, structures and process; the expected scope of works spans Thames Water's water and wastewater non-infrastructure (treatment) assets across the Thames Water region. The Non-infrastructure scope includes refurbishment, replacement and provision of new potable water and wastewater treatment assets including service and storage reservoirs Water non infrastructure scope includes but is not limited to: - refurbishment, replacement and provision of new potable ground and surface water production assets such as enhanced slow sand filter performance, - disinfection, - surge protection, - chemical dosing, - supervisory control and data acquisition (SCADA), - run-to-waste facilities, - cartridge filters and UV, - increased power resilience, - inspection and maintenance of existing service and storage reservoirs. Wastewater non-infrastructure scope includes but is not limited to: - refurbishment, replacement and provision of new treatment facilities such as inlet works, - storm water storage, - event duration monitors, - settlement tanks, - biological treatment, tertiary treatment, sludge treatment including thermal hydrolysis process (THP), - digester roof replacement, - combined heat and power (CHP), - chemical dosing, - phosphorous removal, - odour control, - SCADA, - increased power resilience. two.1.5) Estimated total valueII.1.5) Estimated total value Value excluding VAT: PS500,000,000 two.1.6) Information about lotsII.1.6) Information about lots This contract is divided into lots: Yes Tenders may be submitted for one lot only",
        "value": {
            "amount": 500000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsBidPerSupplier": 1
        },
        "lots": [
            {
                "id": "1",
                "title": "Non-infrastructure MEICA Medium Project Works",
                "description": "Non-infrastructure Mechanical, Electrical, Instrumentation, Control & Automation systems project works including the refurbishment, replacement, and maintenance as described above in section ll.1.4 The work described in II.4.1 (Short Description) is Thames Water's Runway 1 (RW1). Thames Water has four runways: RW0 is Small Project Work where works contracts are expected to typically be greater than PS250k in value. RW1 which is the subject of this procurement is intended to be used for Non-Infrastructure works with a values between PS250k and PS5m (but exceptionally works may fall outside those boundaries) RW2 is Framework Agreement (Thames Wide and Geographic) which is for Infrastructure and Non-Infrastructure works with a value ranging between PS5m and PS25m RW3 is Major Projects for works with generally exceeding PS25m It is intended, but not guaranteed, that Thames Water will generally allocate works contracts with a value of up to PS1.5m directly to the Framework Contractors, namely such contracts will be shared between the Framework Contractors without a mini-competition. There may however be some works contracts below that value which are more suitable for a mini-competition and there may be circumstances in which works contracts above that value are directly allocated. The aggregate Value of Contracts directly allocated to each Framework Contractor over the Term is intended to be the same. Please refer to Appendix 9 (Call-Off Procedures) of the draft Framework Agreement for further information on the procedure for the allocation of works. Additional information: Whilst the intention is to use this Lot for projects which are predominately MEICA works, there may inevitably be an element of associated civils works. Please note, the envisaged number of participants to lot 1 is 8.",
                "value": {
                    "amount": 167000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This lot shall run for an initial period of 4 years. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot for up to a maximum further 4 years."
                },
                "secondStage": {
                    "minimumCandidates": 11,
                    "maximumCandidates": 11
                },
                "selectionCriteria": {
                    "description": "As per PQQ documentation."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "This lot shall run for an initial period of 4 years. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot for up to a maximum further 4 years."
                },
                "status": "cancelled"
            },
            {
                "id": "2",
                "title": "Civil Medium Project Work",
                "description": "Non-infrastructure civils project works as described above in section II.1.4. The work described in II.4.1 (Short Description) is Thames Water's Runway 1 (RW1). Thames Water has four runways: RW0 is Small Project Work where works contracts are expected to typically be greater than PS250k in value. RW1 which is the subject of this procurement is intended to be used for Non-Infrastructure works with a values between PS250k and PS5m (but exceptionally works may fall outside those boundaries) RW2 is Framework Agreement (Thames Wide and Geographic) which is for Infrastructure and Non-Infrastructure works with a value ranging between PS5m and PS25m RW3 is Major Projects for works with generally exceeding PS25m It is intended, but not guaranteed, that Thames Water will generally allocate works contracts with a value of up to PS1.5m directly to the Framework Contractors, namely such contracts will be shared between the Framework Contractors without a mini-competition. There may however be some works contracts below that value which are more suitable for a mini-competition and there may be circumstances in which works contracts above that value are directly allocated. The aggregate Value of Contracts directly allocated to each Framework Contractor over the Term is intended to be the same. Please refer to Appendix 9 (Call-Off Procedures) of the draft Framework Agreement for further information on the procedure for the allocation of works. Additional information: Whilst the intention is to use this Lot for projects which are predominately civil works, there may inevitably be an element of associated MEICA works. Please note, the envisaged number of participants to lot 2 is 8.",
                "value": {
                    "amount": 167000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This lot shall run for an initial period of approximately 4 years. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot on a period or annual basis for a maximum further 4 years."
                },
                "secondStage": {
                    "minimumCandidates": 11,
                    "maximumCandidates": 11
                },
                "selectionCriteria": {
                    "description": "As per PQQ documentation."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "This lot shall run for an initial period of approximately 4 years. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot on a period or annual basis for a maximum further 4 years."
                },
                "status": "cancelled"
            },
            {
                "id": "3",
                "title": "Projects involving both MEICA and Civils Works",
                "description": "Projects involving both MEICA and Civils Works as described in II.1.4. The work described in II.4.1 (Short Description) is Thames Water's Runway 1 (RW1). Thames Water has four runways: RW0 is Small Project Work where works contracts are expected to typically be greater than PS250k in value. RW1 which is the subject of this procurement is intended to be used for Non-Infrastructure works with a values between PS250k and PS5m (but exceptionally works may fall outside those boundaries) RW2 is Framework Agreement (Thames Wide and Geographic) which is for Infrastructure and Non-Infrastructure works with a value ranging between PS5m and PS25m RW3 is Major Projects for works with generally exceeding PS25m It is intended, but not guaranteed, that Thames Water will generally allocate works contracts with a value of up to PS1.5m directly to the Framework Contractors, namely such contracts will be shared between the Framework Contractors without a mini-competition. There may however be some works contracts below that value which are more suitable for a mini-competition and there may be circumstances in which works contracts above that value are directly allocated. The aggregate Value of Contracts directly allocated to each Framework Contractor over the Term is intended to be the same. Please refer to Appendix 9 (Call-Off Procedures) of the draft Framework Agreement for further information on the procedure for the allocation of works. two.2.5) Award criteriaII.2.5) Award criteria Additional information: Please note, the envisaged number of participants to lot 3 is 12.",
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This lot shall run for an initial period of 4 years. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot for up to a maximum further 4 years."
                },
                "secondStage": {
                    "minimumCandidates": 15,
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "description": "As per PQQ documentation."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "This lot shall run for an initial period of 4 years. Subject to satisfactory ongoing performance, the Contracting Entity reserves the right to extend this lot for up to a maximum further 4 years."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45310000",
                        "description": "Electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45351000",
                        "description": "Mechanical engineering installation works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    }
                ],
                "deliveryLocation": {
                    "description": "Whole of Thames Water Region"
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45232421",
                        "description": "Sewage treatment works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232422",
                        "description": "Sludge-treatment works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232423",
                        "description": "Sewage pumping stations construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232430",
                        "description": "Water-treatment work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232431",
                        "description": "Wastewater pumping station"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232440",
                        "description": "Construction work for sewage pipes"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232450",
                        "description": "Drainage construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232451",
                        "description": "Drainage and surface works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    }
                ],
                "deliveryLocation": {
                    "description": "Whole of the Thames Water Region"
                },
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45232421",
                        "description": "Sewage treatment works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232422",
                        "description": "Sludge-treatment works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232423",
                        "description": "Sewage pumping stations construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232430",
                        "description": "Water-treatment work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232431",
                        "description": "Wastewater pumping station"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232440",
                        "description": "Construction work for sewage pipes"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232451",
                        "description": "Drainage and surface works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232453",
                        "description": "Drains construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45310000",
                        "description": "Electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45350000",
                        "description": "Mechanical installations"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    }
                ],
                "deliveryLocation": {
                    "description": "Whole of the Thames Water Region"
                },
                "relatedLot": "3"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "reductionCriteria": "As detailed in section VI.3 and PQQ."
        },
        "contractTerms": {
            "financialTerms": "Specified in Invitation to Negotiate Document.",
            "tendererLegalForm": "Consortia may be required to form a legal entity prior to award.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "tenderPeriod": {
            "endDate": "2023-03-20T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "RW0 is Small Project Work where works contracts are expected to typically be greater than PS250k in value."
                        },
                        "newValue": {
                            "text": "RW0 is Small Project Work where works contracts are expected to typically be less than PS250k in value."
                        },
                        "where": {
                            "section": "II.2.4",
                            "label": "Description of the procurement"
                        },
                        "relatedLot": "1 , 2 & 3"
                    }
                ]
            }
        ],
        "reviewDetails": "Thames Water Utilities Limited will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Utilities Contracts Regulations 2016 (SI 2016 No 274) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)."
    },
    "parties": [
        {
            "id": "GB-COH-02366661",
            "name": "THAMES WATER UTILITIES LIMITED",
            "identifier": {
                "legalName": "THAMES WATER UTILITIES LIMITED",
                "id": "02366661",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Reading",
                "region": "UKJ11",
                "postalCode": "RG18DB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Thames Water",
                "email": "procurement.support.centre@thameswater.co.uk",
                "url": "http://www.thameswater.co.uk/procurement"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.thameswater.co.uk/",
                "buyerProfile": "https://www.thameswater.co.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "WATER",
                        "description": "Water"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-3199",
            "name": "Thames Water Utilities Limited",
            "identifier": {
                "legalName": "Thames Water Utilities Limited"
            },
            "address": {
                "locality": "Reading",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-COH-02837204",
            "name": "Bridges (Electrical Engineers) Limited",
            "identifier": {
                "legalName": "Bridges (Electrical Engineers) Limited",
                "id": "02837204",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Midsomer Norton",
                "region": "UKK1",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-NI035820",
            "name": "Enisca Limited",
            "identifier": {
                "legalName": "Enisca Limited",
                "id": "NI035820",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Cookstown",
                "region": "UKN0",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-14248537",
            "name": "Enpure Ltd",
            "identifier": {
                "legalName": "Enpure Ltd",
                "id": "14248537",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Rubery",
                "region": "UKG3",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-08032283",
            "name": "Gel Engineering Ltd",
            "identifier": {
                "legalName": "Gel Engineering Ltd",
                "id": "08032283",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Enfield",
                "region": "UKI",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-NI37020",
            "name": "TES Group Ltd",
            "identifier": {
                "legalName": "TES Group Ltd",
                "id": "NI37020",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Co. Tyrone",
                "region": "UKN0",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-5384376",
            "name": "Bilfinger UK Limited",
            "identifier": {
                "legalName": "Bilfinger UK Limited",
                "id": "5384376",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Warrington",
                "region": "UKD",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-02497627",
            "name": "AVRS Systems Ltd",
            "identifier": {
                "legalName": "AVRS Systems Ltd",
                "id": "02497627",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Cumbria",
                "region": "UKD1",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-04530602",
            "name": "Morrison Water Services",
            "identifier": {
                "legalName": "Morrison Water Services",
                "id": "04530602",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Stevenage",
                "region": "UKH2",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-06778819",
            "name": "Jackson Civil Engineering Group Limited",
            "identifier": {
                "legalName": "Jackson Civil Engineering Group Limited",
                "id": "06778819",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Ipswich",
                "region": "UKH1",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-00432242",
            "name": "Clancy Docwra Limited",
            "identifier": {
                "legalName": "Clancy Docwra Limited",
                "id": "00432242",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Harefield",
                "region": "UKI5",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-8949189",
            "name": "Montel Civil Engineering Ltd",
            "identifier": {
                "legalName": "Montel Civil Engineering Ltd",
                "id": "8949189",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Worcester",
                "region": "UKG1",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-5285429",
            "name": "Falco Construction Limited",
            "identifier": {
                "legalName": "Falco Construction Limited",
                "id": "5285429",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Middlesex",
                "region": "UKI7",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-1450372",
            "name": "Dyer & Butler Ltd",
            "identifier": {
                "legalName": "Dyer & Butler Ltd",
                "id": "1450372",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Hertfordshire",
                "region": "UKH2",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-1000440",
            "name": "J Browne Construction Co. Ltd",
            "identifier": {
                "legalName": "J Browne Construction Co. Ltd",
                "id": "1000440",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Leeds",
                "region": "UKE4",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-SC177939",
            "name": "Ross-Shire Engineering Limited (RSE)",
            "identifier": {
                "legalName": "Ross-Shire Engineering Limited (RSE)",
                "id": "SC177939",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Muir of Ord",
                "region": "UKM5",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-1721842",
            "name": "Stonbury Limited",
            "identifier": {
                "legalName": "Stonbury Limited",
                "id": "1721842",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Bedfordshire",
                "region": "UKH2",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-336958",
            "name": "Ward & Burke Construction Ltd",
            "identifier": {
                "legalName": "Ward & Burke Construction Ltd",
                "id": "336958",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Kilcolgan",
                "region": "IE",
                "countryName": "Ireland"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-769274",
            "name": "Trant Engineering Ltd",
            "identifier": {
                "legalName": "Trant Engineering Ltd",
                "id": "769274",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Southampton",
                "region": "UKJ3",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-7665453",
            "name": "Cleantech Civils Ltd.",
            "identifier": {
                "legalName": "Cleantech Civils Ltd.",
                "id": "7665453",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Chester",
                "region": "UKD6",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-2516226",
            "name": "Northavon Group Limited",
            "identifier": {
                "legalName": "Northavon Group Limited",
                "id": "2516226",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Radstock",
                "region": "UKK1",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-938951",
            "name": "Havering Building Specialists Ltd (HBS)",
            "identifier": {
                "legalName": "Havering Building Specialists Ltd (HBS)",
                "id": "938951",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Romford",
                "region": "UKI5",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-1268005",
            "name": "Barhale Ltd",
            "identifier": {
                "legalName": "Barhale Ltd",
                "id": "1268005",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Walsall",
                "region": "UKG3",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-02366661",
        "name": "THAMES WATER UTILITIES LIMITED"
    },
    "language": "en",
    "awards": [
        {
            "id": "015540-2024-FA1756-1",
            "relatedLots": [
                "1"
            ],
            "title": "Mechanical Electrical Instrumentation Control Automation Projects",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-02837204",
                    "name": "Bridges (Electrical Engineers) Limited"
                }
            ]
        },
        {
            "id": "015540-2024-FA1756-2",
            "relatedLots": [
                "1"
            ],
            "title": "Mechanical Electrical Instrumentation Control Automation Projects",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-NI035820",
                    "name": "Enisca Limited"
                }
            ]
        },
        {
            "id": "015540-2024-FA1756-3",
            "relatedLots": [
                "1"
            ],
            "title": "Mechanical Electrical Instrumentation Control Automation Projects",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-14248537",
                    "name": "Enpure Ltd"
                }
            ]
        },
        {
            "id": "015540-2024-FA1756-4",
            "relatedLots": [
                "3"
            ],
            "title": "Projects involving both MEICA and Civils Works",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-08032283",
                    "name": "Gel Engineering Ltd"
                }
            ]
        },
        {
            "id": "015540-2024-FA1756-5",
            "relatedLots": [
                "1"
            ],
            "title": "Mechanical Electrical Instrumentation Control Automation Projects",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-NI37020",
                    "name": "TES Group Ltd"
                }
            ]
        },
        {
            "id": "015540-2024-FA1756-6",
            "relatedLots": [
                "1"
            ],
            "title": "Mechanical Electrical Instrumentation Control Automation Projects",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-5384376",
                    "name": "Bilfinger UK Limited"
                }
            ]
        },
        {
            "id": "015540-2024-FA1756-7",
            "relatedLots": [
                "1"
            ],
            "title": "Mechanical Electrical Instrumentation Control Automation Projects",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-02497627",
                    "name": "AVRS Systems Ltd"
                }
            ]
        },
        {
            "id": "015540-2024-FA1756-8",
            "relatedLots": [
                "3"
            ],
            "title": "Projects involving both MEICA and Civils Works",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-04530602",
                    "name": "Morrison Water Services"
                }
            ]
        },
        {
            "id": "015540-2024-FA1756-9",
            "relatedLots": [
                "2"
            ],
            "title": "Civil Medium Project Work",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-06778819",
                    "name": "Jackson Civil Engineering Group Limited"
                }
            ]
        },
        {
            "id": "015540-2024-FA1756-10",
            "relatedLots": [
                "2"
            ],
            "title": "Civil Medium Project Work",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-00432242",
                    "name": "Clancy Docwra Limited"
                }
            ]
        },
        {
            "id": "015540-2024-FA1756-11",
            "relatedLots": [
                "2"
            ],
            "title": "Civil Medium Project Work",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-8949189",
                    "name": "Montel Civil Engineering Ltd"
                }
            ]
        },
        {
            "id": "015540-2024-FA1756-12",
            "relatedLots": [
                "2"
            ],
            "title": "Civil Medium Project Work",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-5285429",
                    "name": "Falco Construction Limited"
                }
            ]
        },
        {
            "id": "015540-2024-FA1756-13",
            "relatedLots": [
                "2"
            ],
            "title": "Civil Medium Project Work",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-1450372",
                    "name": "Dyer & Butler Ltd"
                }
            ]
        },
        {
            "id": "015540-2024-FA1756-14",
            "relatedLots": [
                "2"
            ],
            "title": "Civil Medium Project Work",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-1000440",
                    "name": "J Browne Construction Co. Ltd"
                }
            ]
        },
        {
            "id": "015540-2024-FA1756-15",
            "relatedLots": [
                "3"
            ],
            "title": "Projects involving both MEICA and Civils Works",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-SC177939",
                    "name": "Ross-Shire Engineering Limited (RSE)"
                }
            ]
        },
        {
            "id": "015540-2024-FA1756-16",
            "relatedLots": [
                "2"
            ],
            "title": "Civil Medium Project Work",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-1721842",
                    "name": "Stonbury Limited"
                }
            ]
        },
        {
            "id": "015540-2024-FA1756-17",
            "relatedLots": [
                "3"
            ],
            "title": "Projects involving both MEICA and Civils Works",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-336958",
                    "name": "Ward & Burke Construction Ltd"
                }
            ]
        },
        {
            "id": "015540-2024-FA1576-18",
            "relatedLots": [
                "3"
            ],
            "title": "Projects involving both MEICA and Civils Works",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-769274",
                    "name": "Trant Engineering Ltd"
                }
            ]
        },
        {
            "id": "015540-2024-FA1756-19",
            "relatedLots": [
                "3"
            ],
            "title": "Projects involving both MEICA and Civils Works",
            "status": "active"
        },
        {
            "id": "015540-2024-FA1756-20",
            "relatedLots": [
                "3"
            ],
            "title": "Projects involving both MEICA and Civils Works",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-7665453",
                    "name": "Cleantech Civils Ltd."
                }
            ]
        },
        {
            "id": "015540-2024-FA1756-21",
            "relatedLots": [
                "3"
            ],
            "title": "Projects involving both MEICA and Civils Works",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-2516226",
                    "name": "Northavon Group Limited"
                }
            ]
        },
        {
            "id": "015540-2024-FA1756-22",
            "relatedLots": [
                "3"
            ],
            "title": "Projects involving both MEICA and Civils Works",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-938951",
                    "name": "Havering Building Specialists Ltd (HBS)"
                }
            ]
        },
        {
            "id": "015540-2024-FA1756-23",
            "relatedLots": [
                "3"
            ],
            "title": "Projects involving both MEICA and Civils Works",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-1268005",
                    "name": "Barhale Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "015540-2024-FA1756-1",
            "awardID": "015540-2024-FA1756-1",
            "title": "Mechanical Electrical Instrumentation Control Automation Projects",
            "status": "active",
            "dateSigned": "2024-02-13T00:00:00Z"
        },
        {
            "id": "015540-2024-FA1756-2",
            "awardID": "015540-2024-FA1756-2",
            "title": "Mechanical Electrical Instrumentation Control Automation Projects",
            "status": "active",
            "dateSigned": "2024-02-13T00:00:00Z"
        },
        {
            "id": "015540-2024-FA1756-3",
            "awardID": "015540-2024-FA1756-3",
            "title": "Mechanical Electrical Instrumentation Control Automation Projects",
            "status": "active",
            "dateSigned": "2024-02-13T00:00:00Z"
        },
        {
            "id": "015540-2024-FA1756-4",
            "awardID": "015540-2024-FA1756-4",
            "title": "Projects involving both MEICA and Civils Works",
            "status": "active",
            "dateSigned": "2024-02-13T00:00:00Z"
        },
        {
            "id": "015540-2024-FA1756-5",
            "awardID": "015540-2024-FA1756-5",
            "title": "Mechanical Electrical Instrumentation Control Automation Projects",
            "status": "active",
            "dateSigned": "2024-02-13T00:00:00Z"
        },
        {
            "id": "015540-2024-FA1756-6",
            "awardID": "015540-2024-FA1756-6",
            "title": "Mechanical Electrical Instrumentation Control Automation Projects",
            "status": "active",
            "dateSigned": "2024-02-13T00:00:00Z"
        },
        {
            "id": "015540-2024-FA1756-7",
            "awardID": "015540-2024-FA1756-7",
            "title": "Mechanical Electrical Instrumentation Control Automation Projects",
            "status": "active",
            "dateSigned": "2024-02-13T00:00:00Z"
        },
        {
            "id": "015540-2024-FA1756-8",
            "awardID": "015540-2024-FA1756-8",
            "title": "Projects involving both MEICA and Civils Works",
            "status": "active",
            "dateSigned": "2024-02-13T00:00:00Z"
        },
        {
            "id": "015540-2024-FA1756-9",
            "awardID": "015540-2024-FA1756-9",
            "title": "Civil Medium Project Work",
            "status": "active",
            "dateSigned": "2024-02-13T00:00:00Z"
        },
        {
            "id": "015540-2024-FA1756-10",
            "awardID": "015540-2024-FA1756-10",
            "title": "Civil Medium Project Work",
            "status": "active",
            "dateSigned": "2024-02-13T00:00:00Z"
        },
        {
            "id": "015540-2024-FA1756-11",
            "awardID": "015540-2024-FA1756-11",
            "title": "Civil Medium Project Work",
            "status": "active",
            "dateSigned": "2024-02-13T00:00:00Z"
        },
        {
            "id": "015540-2024-FA1756-12",
            "awardID": "015540-2024-FA1756-12",
            "title": "Civil Medium Project Work",
            "status": "active",
            "dateSigned": "2024-02-13T00:00:00Z"
        },
        {
            "id": "015540-2024-FA1756-13",
            "awardID": "015540-2024-FA1756-13",
            "title": "Civil Medium Project Work",
            "status": "active",
            "dateSigned": "2024-02-13T00:00:00Z"
        },
        {
            "id": "015540-2024-FA1756-14",
            "awardID": "015540-2024-FA1756-14",
            "title": "Civil Medium Project Work",
            "status": "active",
            "dateSigned": "2024-02-13T00:00:00Z"
        },
        {
            "id": "015540-2024-FA1756-15",
            "awardID": "015540-2024-FA1756-15",
            "title": "Projects involving both MEICA and Civils Works",
            "status": "active",
            "dateSigned": "2024-02-13T00:00:00Z"
        },
        {
            "id": "015540-2024-FA1756-16",
            "awardID": "015540-2024-FA1756-16",
            "title": "Civil Medium Project Work",
            "status": "active",
            "dateSigned": "2024-02-13T00:00:00Z"
        },
        {
            "id": "015540-2024-FA1756-17",
            "awardID": "015540-2024-FA1756-17",
            "title": "Projects involving both MEICA and Civils Works",
            "status": "active",
            "dateSigned": "2024-02-13T00:00:00Z"
        },
        {
            "id": "015540-2024-FA1576-18",
            "awardID": "015540-2024-FA1576-18",
            "title": "Projects involving both MEICA and Civils Works",
            "status": "active",
            "dateSigned": "2024-02-13T00:00:00Z"
        },
        {
            "id": "015540-2024-FA1756-19",
            "awardID": "015540-2024-FA1756-19",
            "title": "Projects involving both MEICA and Civils Works",
            "status": "active",
            "value": {
                "amount": 1900000,
                "currency": "GBP"
            },
            "dateSigned": "2024-02-13T00:00:00Z"
        },
        {
            "id": "015540-2024-FA1756-20",
            "awardID": "015540-2024-FA1756-20",
            "title": "Projects involving both MEICA and Civils Works",
            "status": "active",
            "dateSigned": "2024-02-13T00:00:00Z"
        },
        {
            "id": "015540-2024-FA1756-21",
            "awardID": "015540-2024-FA1756-21",
            "title": "Projects involving both MEICA and Civils Works",
            "status": "active",
            "dateSigned": "2024-02-13T00:00:00Z"
        },
        {
            "id": "015540-2024-FA1756-22",
            "awardID": "015540-2024-FA1756-22",
            "title": "Projects involving both MEICA and Civils Works",
            "status": "active",
            "dateSigned": "2024-02-13T00:00:00Z"
        },
        {
            "id": "015540-2024-FA1756-23",
            "awardID": "015540-2024-FA1756-23",
            "title": "Projects involving both MEICA and Civils Works",
            "status": "active",
            "dateSigned": "2024-02-13T00:00:00Z"
        }
    ]
}