Award

Southern Water AMP 8 Professional Services Framework

SOUTHERN WATER SERVICES LTD.

This public procurement record has 3 releases in its history.

Award

06 Jun 2024 at 10:51

Tender

28 Apr 2023 at 12:32

Planning

07 Mar 2023 at 11:24

Summary of the contracting process

Southern Water Services (SWS) is seeking professional services providers to support its AMP8 programme, which is set to be the largest investment initiative in the company's history. The procurement covers Asset Management Support Services, PMO and Project Management, and Technical & Engineering Support Services. The collaborative framework aims to enhance SWS's internal capabilities in areas such as Asset Management and Programme Management. Key dates include the completion of the award stage in 2024 and the contract signing in May. The procurement method is selective and utilizes a negotiated procedure with a prior call for competition.

This tender opportunity with Southern Water Services offers businesses in the consulting and engineering sectors a chance to participate in major infrastructure projects within the water supply and waste consultancy industry. Companies with expertise in asset management, programme management, and technical engineering services are well-suited to compete. By engaging with this procurement process, businesses can contribute to the development of innovative solutions for Southern Water's ambitious AMP8 programme and potentially secure long-term partnerships with a major player in the utilities sector.

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

Notice Title

Southern Water AMP 8 Professional Services Framework

Notice Description

Southern Water Services (SWS) is anticipating that AMP8 will be the largest investment programme it has ever undertaken, given its plans for WINEP and WRMP, and the service it is seeking to deliver for customers. SWS is also developing new approaches to how it manages and maintains its clean and wastewater networks, and how it successfully implements new technology and innovation within its construction, operations and maintenance activities to deliver its vision and ambition. To support this process, SWS is seeking to appoint Professional Services providers to assist in developing its strategies and plans, but also to accelerate the development of SWS's internal capability in the areas of Asset Management and Programme Management in particular. A collaborative framework will be established with a number of professional services providers.

Lot Information

Professional services - Asset Management Support Services

Provision of Asset Management Support Services Overview Southern Water Services (SWS) is anticipating that AMP8 will be the largest investment programme it has ever undertaken, given its plans for WINEP and WRMP, and the service it is seeking to deliver for customers. SWS is also developing new approaches to how it manages and maintains its clean and wastewater networks, and how it successfully implements new technology and innovation within its construction, operations and maintenance activities to deliver its vision and ambition. To support this process, SWS is seeking to appoint Professional Services providers to assist in developing its strategies and plans, but also to accelerate the development of SWS's internal capability in the areas of Asset Management and Programme Management in particular. This framework is anticipated to run for the duration of AMP8, with an option to extend into AMP9. Scope of services required A collaborative framework will be established with a number of professional services providers, providing support in the following areas: Asset Management support services will include: (a) Asset Management Strategy and Planning, including: * Statutory Planning Framework Reporting * Business Planning (PR29) * Long-term delivery strategy * Asset strategies * Service Measures Framework * Business and Programme Execution Plans (b) Asset Information Management * Asset information strategy * Data capture and surveys * Data quality * Data visualisation and communication (c) Asset Intelligence * Better understanding of our assets * Modelling: hydraulic, coastal, networks, environmental, asset deterioration. * Water balance * Geospatial * Asset risks * Asset health (d) Technical Services * Investment optimisation * Design * Cost estimating * Nature based solution capability (e) Asset Management System Monitoring * Audit maturity * Continually develop systems and processes * Identify and apply best practice * Recommendations and support to implement them

Renewal: Options to extend the framework by three times one year, on the fifth anniversary of the framework.

PMO and Project Management

Project and Programme Management support services will include: * PMO/Programme & Project Management Capability Development, Enhancement & Change Embedment * Delivery Portfolio Planning, Programming and Baselining - Including Work Allocation and delivery tranche formation * Portfolio Strategic Insight to Project Reporting development and enhancement * Programme to project Assurance * Programme to project Governance * Programme Controls (Centre of Excellence) * Maturity Assessment and associated management of change across Cost, Schedule, Risk, Benefits, Dependency and Resource Management as driven by business priorities and appetite * Project Controls and Project Manager Training / Capability Development * Supporting Technology Insight and Enhancements to drive capability and efficiency (e.g. Cost Management System, Scheduling System) We may also require staff augmentation support in these areas, including provision of Programme and Project Managers, and Planners. However our intent for this framework is to have suppliers who can build solutions for us, deliver outcomes, and upskill our internal capability.

Renewal: Options to extend the framework by three times one year, on the fifth anniversary of the framework.

Technical & Engineering Support Services

he Contractor shall support the Client's Asset Management and Engineering teams in the development and design of project and programme interventions through the provision of a range of technical, engineering and design services. The Contractor shall provide services which will support the development of a prioritised and optimised programme accounting for costs, benefits and risks and support periodic reviews of the programme. The Contractor shall support the optimisation of delivery plans including packaging and phasing of works. The Contractor shall provide the following services to support and enhance the Client's capabilities: Process - support SW capability Hydraulic Modelling - enhance SW capability to design solutions. Nature based solutions - support and develop SW capability. The Contractor shall provide the following technical and engineering services: Mechanical Electrical Civils Environmental / enabling

Renewal: Options to extend the framework by three times one year, on the fifth anniversary of the framework.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03aea2
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/017583-2024
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

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


CPV Codes

71310000 - Consultative engineering and construction services

71800000 - Consulting services for water-supply and waste consultancy

72224000 - Project management consultancy services

Notice Value(s)

Tender Value
ÂŁ240,000,000 ÂŁ100M-ÂŁ1B
Lots Value
ÂŁ240,000,000 ÂŁ100M-ÂŁ1B
Awards Value
Not specified
Contracts Value
ÂŁ240,000,000 ÂŁ100M-ÂŁ1B

Notice Dates

Publication Date
6 Jun 20241 years ago
Submission Deadline
5 Jun 2023Expired
Future Notice Date
3 Apr 2023Expired
Award Date
12 May 20241 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
SOUTHERN WATER SERVICES LTD.
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
WORTHING
Postcode
BN13 3NX
Post Town
Brighton
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ2 Surrey, East and West Sussex
Small Region (ITL 3)
TLJ27 West Sussex (South West)
Delivery Location
TLJ South East (England)

Local Authority
Worthing
Electoral Ward
Northbrook
Westminster Constituency
Worthing West

Supplier Information

Number of Suppliers
8
Supplier Names

AECOM

BINNIES

KPMG

MOTT MACDONALD

OVE ARUP & PARTNERS

STANTEC

TURNER AND TOWNSEND PROJECT MANAGEMENT

WSP

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-03aea2-2024-06-06T11:51:30+01:00",
    "date": "2024-06-06T11:51:30+01:00",
    "ocid": "ocds-h6vhtk-03aea2",
    "description": "Framework will not exceed 8 years The overall value of PS240m detailed in Section II.1.5) of the Contract Notice and the Bravo portal comprises: (a) PS150m for the initial 5 year term; and (b) PS90m for the potential extension period(s)(the framework has the potential to be extended by a further 3 years estimated at PS30m per year). The values per lots are as described below: - Lot 1 Asset Management Support Services: PS80m, comprising (a) PS50m + (b) (PS10m x 3 additional years) - Lot 2 Programme & Project Management Support Services: PS64m, comprising (a) PS40m + (b) (PS8m x 3 additional years) - Lot 3 Technical & Engineering Support Services: PS96m, comprising (a) PS60m + (b) (PS12m x 3 additional years) Submission of expression of interest and procurement specific information: This procurement exercise will be conducted on the Jaggaer One e-procurement portal at: https://southernwater.bravosolution.co.uk/ Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement specific information through the portal as follows: i) Candidates should register on the Jaggaer One e-procurement portal at: https://southernwater.bravosolution.co.uk/ ii) Once registered, candidates must express their interest as follows: a) login to the portal; b) select 'View current opportunities and notices'; c) access the listing related to this framework d) click on Express Interestbutton; iii) Once you have expressed interest, please complete the PQQ. You must then publish your reply using the publish button; iv) For any support in submitting your expression of interest please contact the eTendering help desk at. 0800 368 4850 or help@bravosolution.co.uk https://southernwater.bravosolution.co.uk/esop/toolkit/opportunity/current/55820/detail.si Closing date of the PQQ: 05/06/2023.",
    "initiationType": "tender",
    "tender": {
        "id": "prj_4007",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Southern Water AMP 8 Professional Services Framework",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71800000",
            "description": "Consulting services for water-supply and waste consultancy"
        },
        "mainProcurementCategory": "services",
        "description": "Southern Water Services (SWS) is anticipating that AMP8 will be the largest investment programme it has ever undertaken, given its plans for WINEP and WRMP, and the service it is seeking to deliver for customers. SWS is also developing new approaches to how it manages and maintains its clean and wastewater networks, and how it successfully implements new technology and innovation within its construction, operations and maintenance activities to deliver its vision and ambition. To support this process, SWS is seeking to appoint Professional Services providers to assist in developing its strategies and plans, but also to accelerate the development of SWS's internal capability in the areas of Asset Management and Programme Management in particular. A collaborative framework will be established with a number of professional services providers.",
        "value": {
            "amount": 240000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "awardCriteriaDetails": "Lot award combination to be confirmed in Contract Notice",
            "maximumLotsAwardedPerSupplier": 3
        },
        "lots": [
            {
                "id": "1",
                "title": "Professional services - Asset Management Support Services",
                "description": "Provision of Asset Management Support Services Overview Southern Water Services (SWS) is anticipating that AMP8 will be the largest investment programme it has ever undertaken, given its plans for WINEP and WRMP, and the service it is seeking to deliver for customers. SWS is also developing new approaches to how it manages and maintains its clean and wastewater networks, and how it successfully implements new technology and innovation within its construction, operations and maintenance activities to deliver its vision and ambition. To support this process, SWS is seeking to appoint Professional Services providers to assist in developing its strategies and plans, but also to accelerate the development of SWS's internal capability in the areas of Asset Management and Programme Management in particular. This framework is anticipated to run for the duration of AMP8, with an option to extend into AMP9. Scope of services required A collaborative framework will be established with a number of professional services providers, providing support in the following areas: Asset Management support services will include: (a) Asset Management Strategy and Planning, including: * Statutory Planning Framework Reporting * Business Planning (PR29) * Long-term delivery strategy * Asset strategies * Service Measures Framework * Business and Programme Execution Plans (b) Asset Information Management * Asset information strategy * Data capture and surveys * Data quality * Data visualisation and communication (c) Asset Intelligence * Better understanding of our assets * Modelling: hydraulic, coastal, networks, environmental, asset deterioration. * Water balance * Geospatial * Asset risks * Asset health (d) Technical Services * Investment optimisation * Design * Cost estimating * Nature based solution capability (e) Asset Management System Monitoring * Audit maturity * Continually develop systems and processes * Identify and apply best practice * Recommendations and support to implement them",
                "status": "cancelled",
                "value": {
                    "amount": 80000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Options to extend the framework by three times one year, on the fifth anniversary of the framework."
                },
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 8
                },
                "selectionCriteria": {
                    "description": "Tenderers must pass the the essential criteria to qualify for ITT as detailed in the procurement documents. Candidates will then be shortlisted on best technical score. It is intended to take up to 8 highest scoring Tenderers from the PQQ stage through to ITT per lot"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "name": "Commercial",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "PMO and Project Management",
                "description": "Project and Programme Management support services will include: * PMO/Programme & Project Management Capability Development, Enhancement & Change Embedment * Delivery Portfolio Planning, Programming and Baselining - Including Work Allocation and delivery tranche formation * Portfolio Strategic Insight to Project Reporting development and enhancement * Programme to project Assurance * Programme to project Governance * Programme Controls (Centre of Excellence) * Maturity Assessment and associated management of change across Cost, Schedule, Risk, Benefits, Dependency and Resource Management as driven by business priorities and appetite * Project Controls and Project Manager Training / Capability Development * Supporting Technology Insight and Enhancements to drive capability and efficiency (e.g. Cost Management System, Scheduling System) We may also require staff augmentation support in these areas, including provision of Programme and Project Managers, and Planners. However our intent for this framework is to have suppliers who can build solutions for us, deliver outcomes, and upskill our internal capability.",
                "status": "cancelled",
                "value": {
                    "amount": 64000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Options to extend the framework by three times one year, on the fifth anniversary of the framework."
                },
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 8
                },
                "selectionCriteria": {
                    "description": "Tenderers must pass the the essential criteria to qualify for ITT as detailed in the procurement documents. Candidates will then be shortlisted on best technical score. It is intended to take up to 8 highest scoring Tenderers from the PQQ stage through to ITT per lot"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "name": "Commercial",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                }
            },
            {
                "id": "3",
                "title": "Technical & Engineering Support Services",
                "description": "he Contractor shall support the Client's Asset Management and Engineering teams in the development and design of project and programme interventions through the provision of a range of technical, engineering and design services. The Contractor shall provide services which will support the development of a prioritised and optimised programme accounting for costs, benefits and risks and support periodic reviews of the programme. The Contractor shall support the optimisation of delivery plans including packaging and phasing of works. The Contractor shall provide the following services to support and enhance the Client's capabilities: Process - support SW capability Hydraulic Modelling - enhance SW capability to design solutions. Nature based solutions - support and develop SW capability. The Contractor shall provide the following technical and engineering services: Mechanical Electrical Civils Environmental / enabling",
                "status": "cancelled",
                "value": {
                    "amount": 96000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Options to extend the framework by three times one year, on the fifth anniversary of the framework."
                },
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 8
                },
                "selectionCriteria": {
                    "description": "Tenderers must pass the the essential criteria to qualify for ITT as detailed in the procurement documents. Candidates will then be shortlisted on best technical score. It is intended to take up to 8 highest scoring Tenderers from the PQQ stage through to ITT per lot"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "name": "Commercial",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71800000",
                        "description": "Consulting services for water-supply and waste consultancy"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKJ"
                    }
                ],
                "deliveryLocation": {
                    "description": "Sussex, Kent, Hampshire and Isle of Wight"
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKJ"
                    }
                ],
                "deliveryLocation": {
                    "description": "Sussex, Kent, Hampshire and Isle of Wight"
                },
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71310000",
                        "description": "Consultative engineering and construction services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Sussex, Kent, Hampshire and Isle of Wight"
                },
                "relatedLot": "3"
            }
        ],
        "communication": {
            "futureNoticeDate": "2023-04-04T00:00:00+01:00",
            "atypicalToolUrl": "https://southernwater.bravosolution.co.uk/"
        },
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://southernwater.bravosolution.co.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Qualification requirements are detailed within the sourcing portal including: Southern Water will use the Achilles Utilities Vendor Database (UVDB) to provide confirmation of certain capabilities and standards - including Health and Safety, Environmental and Corporate Social Responsibility. Further information on the UVDB is available at https://www.achilles.com/community/uvdb/ Southern Water is required by its investors to ensure that any key supplier has good economic and financial standing. A CreditSafe check will be used for this purpose, together with other background checks if needed, at the discretion of the Client. A Tenderer may be rejected if the recommended annual contract value for their company on CreditSafe is below the proposed annual value of the contract. The annual value of the contract is calculated by dividing the estimated total value by the initial period. Where a framework is tendered, the annual value would also be divided by the number of Service Providers expected to be appointed; this would not always be an equal division, as different lots may have different values. If a bidder fails this test, and only publishes abridged accounts, Southern Water may allow the bidder to proceed. This would be on the basis of providing turnover data that satisfies the annual contract value accounting for less than a half of their annual turnover; and do not have an adverse risk score on CreditSafe. Alternatively, a Parent Company Guarantee or bank Guarantee may be accepted, however it would need to fulfil the above.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "reductionCriteria": "Tenderers' response to the PQQ will be scored in the order as outlined in the sourcing portal, with those sections marked as Pass/Fail where the Tenderer will either meet or fail to meet the minimum criteria. All prospective Tenderers are required to pass each question within the SWS PQQ response forms. A full response to Qualification Envelope is required, except where indicated. Failure to respond fully to any required question in this section or not being able to meet the minimum requirement will result in the submission being non-compliant and being excluded from the process, except where the SWS Commercial Head determines that a genuine error has been made, and a correction may then be permitted."
        },
        "contractTerms": {
            "tendererLegalForm": "Consortium proposed legal structure if the group of economic operators intends to form a named single legal entity prior to signing a contract, if awarded. If you do not propose to form a single legal entity, please explain the legal structure. Southern Water may require the consortium to assume a specific legal form if awarded the contract, to the extent that it is necessary for the satisfactory performance of the contract.",
            "performanceTerms": "As stated in the procurement documents aligned with SWS balanced scorecard",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 9
            }
        },
        "tenderPeriod": {
            "endDate": "2023-06-05T16:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2023-08-14T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-76948",
            "name": "Southern Water Services Ltd.",
            "identifier": {
                "legalName": "Southern Water Services Ltd.",
                "id": "02366670"
            },
            "address": {
                "streetAddress": "Southern House",
                "locality": "Worthing",
                "region": "UKJ",
                "postalCode": "BN13 3NX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1903264444",
                "email": "kirsty.lodge@southernwater.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.southernwater.co.uk",
                "buyerProfile": "https://southernwater.bravosolution.co.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "WATER",
                        "description": "Water"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-446",
            "name": "Southern Water Services Ltd.",
            "identifier": {
                "legalName": "Southern Water Services Ltd."
            },
            "address": {
                "streetAddress": "Southern House",
                "locality": "Worthing",
                "region": "UKJ",
                "postalCode": "BN13 3NX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1903264444",
                "email": "Kirsty.Lodge@southernwater.co.uk",
                "url": "https://southernwater.bravosolution.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.southernwater.co.uk",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "WATER",
                        "description": "Water"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-7827",
            "name": "Southern Water Services",
            "identifier": {
                "legalName": "Southern Water Services"
            },
            "address": {
                "locality": "Durrington",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-115531",
            "name": "MOTT MACDONALD LIMITED",
            "identifier": {
                "legalName": "MOTT MACDONALD LIMITED",
                "id": "1243967"
            },
            "address": {
                "streetAddress": "Mott Macdonald House, 8-10 Sydenham Road",
                "locality": "Croydon",
                "region": "UKJ",
                "postalCode": "CR0 2EE",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-115532",
            "name": "AECOM LIMITED",
            "identifier": {
                "legalName": "AECOM LIMITED",
                "id": "01846493"
            },
            "address": {
                "streetAddress": "Aldgate Tower, 2 Leman Street,",
                "locality": "London",
                "region": "UKI",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-115533",
            "name": "OVE ARUP & PARTNERS LIMITED",
            "identifier": {
                "legalName": "OVE ARUP & PARTNERS LIMITED",
                "id": "1312453"
            },
            "address": {
                "streetAddress": "8 Fitzroy Street",
                "locality": "London",
                "region": "UKI",
                "postalCode": "W1T 4BJ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-3721",
            "name": "KPMG LLP",
            "identifier": {
                "legalName": "KPMG LLP",
                "id": "OC301540"
            },
            "address": {
                "streetAddress": "15 Canada Square",
                "locality": "London",
                "region": "UKI",
                "postalCode": "E14 5GL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-115534",
            "name": "AECOM LIMITED",
            "identifier": {
                "legalName": "AECOM LIMITED",
                "id": "01846493"
            },
            "address": {
                "streetAddress": "Aldgate Tower, 2 Leman Street",
                "locality": "London",
                "region": "UKI",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-115535",
            "name": "TURNER AND TOWNSEND PROJECT MANAGEMENT LIMITED",
            "identifier": {
                "legalName": "TURNER AND TOWNSEND PROJECT MANAGEMENT LIMITED",
                "id": "02165592"
            },
            "address": {
                "streetAddress": "Low Hall Calverley Lane, Horsforth",
                "locality": "Leeds",
                "region": "UKC",
                "postalCode": "LS18 4GH",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-115536",
            "name": "MOTT MACDONALD LIMITED",
            "identifier": {
                "legalName": "MOTT MACDONALD LIMITED",
                "id": "1243967"
            },
            "address": {
                "streetAddress": "Mott Macdonald House, 8-10 Sydenham Road",
                "locality": "Croydon",
                "region": "UKJ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-115537",
            "name": "STANTEC UK LIMITED",
            "identifier": {
                "legalName": "STANTEC UK LIMITED",
                "id": "01188070"
            },
            "address": {
                "streetAddress": "Buckingham Court Kingsmead Business Park, London Road,",
                "locality": "High Wycombe",
                "region": "UKJ",
                "postalCode": "HP11 1JU",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-115538",
            "name": "BINNIES UK LIMITED",
            "identifier": {
                "legalName": "BINNIES UK LIMITED",
                "id": "3163649"
            },
            "address": {
                "streetAddress": "Spring Lodge, 172 Chester Road, Helsby",
                "locality": "Cheshire",
                "region": "UKD",
                "postalCode": "WA6 0AR",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-115539",
            "name": "WSP UK LIMITED",
            "identifier": {
                "legalName": "WSP UK LIMITED",
                "id": "1383511"
            },
            "address": {
                "streetAddress": "Wsp House, 70 Chancery Lane",
                "locality": "London",
                "region": "UKI",
                "postalCode": "WC2A 1AF",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-115540",
            "name": "Southern Water",
            "identifier": {
                "legalName": "Southern Water"
            },
            "address": {
                "locality": "Worthing",
                "postalCode": "BN115LD",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-446",
        "name": "Southern Water Services Ltd."
    },
    "language": "en",
    "awards": [
        {
            "id": "017583-2024-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Asset Management Support Services",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-115531",
                    "name": "MOTT MACDONALD LIMITED"
                }
            ]
        },
        {
            "id": "017583-2024-2-2",
            "relatedLots": [
                "1"
            ],
            "title": "Asset Management Support Services",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-115532",
                    "name": "AECOM LIMITED"
                }
            ]
        },
        {
            "id": "017583-2024-3-3",
            "relatedLots": [
                "1"
            ],
            "title": "Asset Management Support Services",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-115533",
                    "name": "OVE ARUP & PARTNERS LIMITED"
                }
            ]
        },
        {
            "id": "017583-2024-1-4",
            "relatedLots": [
                "2"
            ],
            "title": "PMO and Project Management",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-3721",
                    "name": "KPMG LLP"
                }
            ]
        },
        {
            "id": "017583-2024-2-5",
            "relatedLots": [
                "2"
            ],
            "title": "PMO and Project Management",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-115534",
                    "name": "AECOM LIMITED"
                }
            ]
        },
        {
            "id": "017583-2024-3-6",
            "relatedLots": [
                "2"
            ],
            "title": "PMO and Project Management",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-115535",
                    "name": "TURNER AND TOWNSEND PROJECT MANAGEMENT LIMITED"
                }
            ]
        },
        {
            "id": "017583-2024-1-7",
            "relatedLots": [
                "3"
            ],
            "title": "Technical & Engineering Support Services",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-115536",
                    "name": "MOTT MACDONALD LIMITED"
                }
            ]
        },
        {
            "id": "017583-2024-2-8",
            "relatedLots": [
                "3"
            ],
            "title": "Technical & Engineering Support Services",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-115537",
                    "name": "STANTEC UK LIMITED"
                }
            ]
        },
        {
            "id": "017583-2024-3-9",
            "relatedLots": [
                "3"
            ],
            "title": "Technical & Engineering Support Services",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-115538",
                    "name": "BINNIES UK LIMITED"
                },
                {
                    "id": "GB-FTS-115539",
                    "name": "WSP UK LIMITED"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "017583-2024-1-1",
            "awardID": "017583-2024-1-1",
            "title": "Asset Management Support Services",
            "status": "active",
            "value": {
                "amount": 80000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-05-13T00:00:00+01:00"
        },
        {
            "id": "017583-2024-2-2",
            "awardID": "017583-2024-2-2",
            "title": "Asset Management Support Services",
            "status": "active",
            "value": {
                "amount": 80000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-05-13T00:00:00+01:00"
        },
        {
            "id": "017583-2024-3-3",
            "awardID": "017583-2024-3-3",
            "title": "Asset Management Support Services",
            "status": "active",
            "value": {
                "amount": 80000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-05-13T00:00:00+01:00"
        },
        {
            "id": "017583-2024-1-4",
            "awardID": "017583-2024-1-4",
            "title": "PMO and Project Management",
            "status": "active",
            "value": {
                "amount": 64000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-05-13T00:00:00+01:00"
        },
        {
            "id": "017583-2024-2-5",
            "awardID": "017583-2024-2-5",
            "title": "PMO and Project Management",
            "status": "active",
            "value": {
                "amount": 64000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-05-13T00:00:00+01:00"
        },
        {
            "id": "017583-2024-3-6",
            "awardID": "017583-2024-3-6",
            "title": "PMO and Project Management",
            "status": "active",
            "value": {
                "amount": 64000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-05-13T00:00:00+01:00"
        },
        {
            "id": "017583-2024-1-7",
            "awardID": "017583-2024-1-7",
            "title": "Technical & Engineering Support Services",
            "status": "active",
            "value": {
                "amount": 96000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-05-13T00:00:00+01:00"
        },
        {
            "id": "017583-2024-2-8",
            "awardID": "017583-2024-2-8",
            "title": "Technical & Engineering Support Services",
            "status": "active",
            "value": {
                "amount": 96000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-05-13T00:00:00+01:00"
        },
        {
            "id": "017583-2024-3-9",
            "awardID": "017583-2024-3-9",
            "title": "Technical & Engineering Support Services",
            "status": "active",
            "value": {
                "amount": 96000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-05-13T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 8
            },
            {
                "id": "4",
                "measure": "bids",
                "relatedLot": "1",
                "value": 8
            },
            {
                "id": "7",
                "measure": "bids",
                "relatedLot": "1",
                "value": 8
            },
            {
                "id": "10",
                "measure": "bids",
                "relatedLot": "2",
                "value": 9
            },
            {
                "id": "13",
                "measure": "bids",
                "relatedLot": "2",
                "value": 9
            },
            {
                "id": "16",
                "measure": "bids",
                "relatedLot": "2",
                "value": 9
            },
            {
                "id": "19",
                "measure": "bids",
                "relatedLot": "3",
                "value": 8
            },
            {
                "id": "22",
                "measure": "bids",
                "relatedLot": "3",
                "value": 8
            },
            {
                "id": "25",
                "measure": "bids",
                "relatedLot": "3",
                "value": 8
            },
            {
                "id": "2",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 8
            },
            {
                "id": "5",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 8
            },
            {
                "id": "8",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 8
            },
            {
                "id": "11",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "2",
                "value": 9
            },
            {
                "id": "14",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "2",
                "value": 9
            },
            {
                "id": "17",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "2",
                "value": 9
            },
            {
                "id": "20",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "3",
                "value": 8
            },
            {
                "id": "23",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "3",
                "value": 8
            },
            {
                "id": "26",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "3",
                "value": 8
            },
            {
                "id": "3",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 8
            },
            {
                "id": "6",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 8
            },
            {
                "id": "9",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 8
            },
            {
                "id": "12",
                "measure": "electronicBids",
                "relatedLot": "2",
                "value": 9
            },
            {
                "id": "15",
                "measure": "electronicBids",
                "relatedLot": "2",
                "value": 9
            },
            {
                "id": "18",
                "measure": "electronicBids",
                "relatedLot": "2",
                "value": 9
            },
            {
                "id": "21",
                "measure": "electronicBids",
                "relatedLot": "3",
                "value": 8
            },
            {
                "id": "24",
                "measure": "electronicBids",
                "relatedLot": "3",
                "value": 8
            },
            {
                "id": "27",
                "measure": "electronicBids",
                "relatedLot": "3",
                "value": 8
            }
        ]
    }
}