Award

Strategic Resource Options: Programme Partners (PP) Framework

THAMES WATER UTILITIES LIMITED

This public procurement record has 2 releases in its history.

Award

16 Apr 2024 at 10:11

Tender

05 Jul 2023 at 13:49

Summary of the contracting process

The procurement process involves Thames Water Utilities Limited seeking Programme Partners to support the delivery of its Strategic Resource Options Programme. The title of the tender is the "Strategic Resource Options: Programme Partners (PP) Framework" classified under consulting services for water-supply and waste consultancy. The tender is currently active and aims to establish a professional services supply chain to support Thames Water's business. Key services include programme management, preliminary design, planning applications, and stakeholder engagement. The procurement method is a selective negotiated procedure with prior call for competition.

This tender presents an opportunity for businesses with expertise in programme management, infrastructure development, and technical controls to compete for consultancy services with Thames Water Utilities Limited. The tender is suited for businesses looking to provide support in cost planning, risk management, procurement, and technical controls. The Framework Agreement has a duration of up to 8 years with potential for renewal. Businesses interested in this opportunity should ensure compliance with the selection criteria and be prepared to engage in a mini-competition to become a Programme Partner for specific projects within the SRO programme.

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

Strategic Resource Options: Programme Partners (PP) Framework

Notice Description

Thames Water Utilities Limited (TWUL) sought Programme Partners to support the delivery of its Strategic Resource Options Programme. This is the first phase of a longer-term strategy to establish the professional services supply chain that TWUL needs to support its wider business. TWUL's current portfolio of SRO projects includes, but is not limited to, the Southeast Strategic Reservoir Option (SESRO), Severn to Thames Transfer (STT), London Water Recycling (LWR) projects, Thames to Affinity Transfer (T2AT) and Thames to Southern Transfer (T2ST). Further information, including RAPID Gate 1 and 2 reports, can be found on this link: https://www.ofwat.gov.uk/regulated-companies/rapid/the-rapid-gated-process/

Lot Information

Lot 1

Thames Water Utilities Ltd (TWUL) Strategic Resource Options (SRO) - Programme Partners (PP) Framework. TWUL's current portfolio of SRO projects includes, but is not limited to, the Southeast Strategic Reservoir Option (SESRO), Severn to Thames Transfer (STT), London Water Recycling (LWR) projects, Thames to Affinity Transfer (T2AT) and Thames to Southern Transfer (T2ST). Further information, including RAPID Gate 1 and 2 reports, can be found on this link: https://www.ofwat.gov.uk/regulated-companies/rapid/the-rapid-gated-process/ TWUL has established a PP framework reference FA2051 primarily to support its SRO program. This is the first phase of a longer-term procurement strategy to establish the professional services supply chain that TWUL needs to support its wider business. This procurement was for the PP Framework only and relates to Phase 1 of the strategy. Existing TWUL professional services frameworks are not impacted by the procurements outlined in this notice. The three entities appointed to the framework are: Arcadis Consulting (UK) Limited Jacobs U.K. Limited & Mott MacDonald Limited (unincorporated joint venture) Turner & Townsend Project Management Limited The successful PP Consultants will interface with several other partners that are being procured separately to support the SRO Programme as it develops. TWUL sought market leading expertise within the key disciplines, outlined below, to accelerate the delivery and management of this high-profile capital programme. The PP will need to demonstrate extensive experience in programme management to enable it to support and management across the SRO portfolio which will include large complex infrastructure schemes being progressed under the current UK planning environment. The PP role includes being able to provide strong leadership, excellent technical capability, and proven expertise in supporting Clients and managing programmes of work (in this case the delivery of large pipelines, reservoirs, water recycling and transfer facilities). Furthermore, the PP will need to provide programme management and controls expertise to oversee and advise up all aspects of preliminary design and the pre application engagement with the Planning Inspectorate and to assist with the development / management of planning applications (likely to be a Development Consent Order (DCO)) including assisting with stakeholder engagement and all elements of the pre consultation and planning application processes. The PP framework agreement utilises the NEC4 Professional Services Contract with amendments. Provision will be made in the call-off contracts for utilisation of Option A, C and E. TWUL intends to award the first work package from the PP framework agreement immediately following the appointment of framework suppliers. It is our intention that appointment as a Programme Partner to one or multiple SRO projects will be for the duration of that particular scheme. This approach is due to the complexity and phasing of projects within the SRO programme. The risk of disruption and inefficiency that would be caused through multiple handovers between Programme Partners during a project is high and would be sub optimal for TWUL. Our intention is that the parties to the framework compete for the role of Programme Partner via an initial mini competition and that subject to the successful party's performance, capability and capacity, it will remain the Programme Partner for the scope of services that was competed. Sufficient information will be included in the mini-competition tender pack to enable bidders to prepare solutions for the potential services that may be required by TWUL. The scope of initial mini competitions will be construed widely to enable our approach and all parties wishing to compete will have the appropriate opportunity to seek clarification on the breadth, depth and operation of the resulting call off contract(s). The duration of the PP framework will be up to 8 years and is required to support a regulated delivery schedule. It is intended that the successful PP at call-off will cover the development phase into the mobilisation of the future Delivery Partner(s) in the detailed design and construction phase. The PP framework scope comprises of, but is not limited to, the following high level service categories: * General Programme Partner Support Services * Cost Planning & Estimating, * Schedule Management, * Risk Management, * Procurement support & market engagement, * Assuring Contract Administration * Development of Programme Management Methodology and Practice * Information Management and business systems * Project Assurance and review * Technical controls * Interface management * Requirements management * Business case development * Team performance * Third Party Agreements TWUL reserves the right to procure any of the services listed above as separate contracts and/or frameworks as part of separate and independent procurements. TWUL is working with several partners, including other water companies to develop and deliver the SROs. Furthermore, depending on the commercial and procurement strategies for delivery of these projects TWUL may transfer or novate the benefit and the burden of call-off contracts made under this Framework Agreement: *To any funder, security trustee or security holder without the consent of the Consultant; and *To any other person with the consent of the Consultant, such consent not to be unreasonably withheld or delayed;

Options: This Framework Agreement shall come into force on the Commencement Date and shall (except as expressly provided otherwise in this Framework Agreement) continue in force for a period of 3 years (the "Initial Term"). TWUL shall be entitled, at its option to extend this Framework Agreement, on one or more occasions by giving not less than one month's notice to the Consultants prior to the expiry of the Initial Term or the expiry of any extension as the case may be, provided that the duration of this Framework Agreement shall not exceed a maximum duration of 8 years unless otherwise agreed in writing by the Parties and provided that 8 years shall only be exceeded in exceptional circumstances duly justified.

Renewal: Thames Water envisages that the Framework Agreement will be renewed after the Initial Term of 3 years and that the renewal may be on one or more occasions by Thames Water giving not less than one month's notice to the Consultant.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03df0c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/012303-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

65 - Public utilities

71 - Architectural, construction, engineering and inspection services

73 - Research and development services and related consultancy services

79 - Business services: law, marketing, consulting, recruitment, printing and security

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

65000000 - Public utilities

71200000 - Architectural and related services

71300000 - Engineering services

71400000 - Urban planning and landscape architectural services

71500000 - Construction-related services

71800000 - Consulting services for water-supply and waste consultancy

73220000 - Development consultancy services

79400000 - Business and management consultancy and related services

90713100 - Consulting services for water-supply and waste-water other than for construction

Notice Value(s)

Tender Value
£150,000,000 £100M-£1B
Lots Value
£150,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 Apr 20241 years ago
Submission Deadline
11 Aug 2023Expired
Future Notice Date
Not specified
Award Date
18 Mar 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
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
Not specified

Local Authority
Reading
Electoral Ward
Thames
Westminster Constituency
Reading Central

Supplier Information

Number of Suppliers
4
Supplier Names

ARCADIS CONSULTING (UK

JACOBS

MOTT MACDONALD

TURNER & TOWNSEND PROJECT MANAGEMENT

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-03df0c-2024-04-16T11:11:34+01:00",
    "date": "2024-04-16T11:11:34+01:00",
    "ocid": "ocds-h6vhtk-03df0c",
    "description": "Note that the PP's client may be Thames Water Utilities Ltd or another company within the Kemble Water group structure. The Framework Agreement and associated call-off contracts will be governed by the Law of England and Wales.",
    "initiationType": "tender",
    "tender": {
        "id": "FA2051",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Strategic Resource Options: Programme Partners (PP) Framework",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71800000",
            "description": "Consulting services for water-supply and waste consultancy"
        },
        "mainProcurementCategory": "services",
        "description": "Thames Water Utilities Limited (TWUL) sought Programme Partners to support the delivery of its Strategic Resource Options Programme. This is the first phase of a longer-term strategy to establish the professional services supply chain that TWUL needs to support its wider business. TWUL's current portfolio of SRO projects includes, but is not limited to, the Southeast Strategic Reservoir Option (SESRO), Severn to Thames Transfer (STT), London Water Recycling (LWR) projects, Thames to Affinity Transfer (T2AT) and Thames to Southern Transfer (T2ST). Further information, including RAPID Gate 1 and 2 reports, can be found on this link: https://www.ofwat.gov.uk/regulated-companies/rapid/the-rapid-gated-process/",
        "value": {
            "amount": 150000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Thames Water Utilities Ltd (TWUL) Strategic Resource Options (SRO) - Programme Partners (PP) Framework. TWUL's current portfolio of SRO projects includes, but is not limited to, the Southeast Strategic Reservoir Option (SESRO), Severn to Thames Transfer (STT), London Water Recycling (LWR) projects, Thames to Affinity Transfer (T2AT) and Thames to Southern Transfer (T2ST). Further information, including RAPID Gate 1 and 2 reports, can be found on this link: https://www.ofwat.gov.uk/regulated-companies/rapid/the-rapid-gated-process/ TWUL has established a PP framework reference FA2051 primarily to support its SRO program. This is the first phase of a longer-term procurement strategy to establish the professional services supply chain that TWUL needs to support its wider business. This procurement was for the PP Framework only and relates to Phase 1 of the strategy. Existing TWUL professional services frameworks are not impacted by the procurements outlined in this notice. The three entities appointed to the framework are: Arcadis Consulting (UK) Limited Jacobs U.K. Limited & Mott MacDonald Limited (unincorporated joint venture) Turner & Townsend Project Management Limited The successful PP Consultants will interface with several other partners that are being procured separately to support the SRO Programme as it develops. TWUL sought market leading expertise within the key disciplines, outlined below, to accelerate the delivery and management of this high-profile capital programme. The PP will need to demonstrate extensive experience in programme management to enable it to support and management across the SRO portfolio which will include large complex infrastructure schemes being progressed under the current UK planning environment. The PP role includes being able to provide strong leadership, excellent technical capability, and proven expertise in supporting Clients and managing programmes of work (in this case the delivery of large pipelines, reservoirs, water recycling and transfer facilities). Furthermore, the PP will need to provide programme management and controls expertise to oversee and advise up all aspects of preliminary design and the pre application engagement with the Planning Inspectorate and to assist with the development / management of planning applications (likely to be a Development Consent Order (DCO)) including assisting with stakeholder engagement and all elements of the pre consultation and planning application processes. The PP framework agreement utilises the NEC4 Professional Services Contract with amendments. Provision will be made in the call-off contracts for utilisation of Option A, C and E. TWUL intends to award the first work package from the PP framework agreement immediately following the appointment of framework suppliers. It is our intention that appointment as a Programme Partner to one or multiple SRO projects will be for the duration of that particular scheme. This approach is due to the complexity and phasing of projects within the SRO programme. The risk of disruption and inefficiency that would be caused through multiple handovers between Programme Partners during a project is high and would be sub optimal for TWUL. Our intention is that the parties to the framework compete for the role of Programme Partner via an initial mini competition and that subject to the successful party's performance, capability and capacity, it will remain the Programme Partner for the scope of services that was competed. Sufficient information will be included in the mini-competition tender pack to enable bidders to prepare solutions for the potential services that may be required by TWUL. The scope of initial mini competitions will be construed widely to enable our approach and all parties wishing to compete will have the appropriate opportunity to seek clarification on the breadth, depth and operation of the resulting call off contract(s). The duration of the PP framework will be up to 8 years and is required to support a regulated delivery schedule. It is intended that the successful PP at call-off will cover the development phase into the mobilisation of the future Delivery Partner(s) in the detailed design and construction phase. The PP framework scope comprises of, but is not limited to, the following high level service categories: * General Programme Partner Support Services * Cost Planning & Estimating, * Schedule Management, * Risk Management, * Procurement support & market engagement, * Assuring Contract Administration * Development of Programme Management Methodology and Practice * Information Management and business systems * Project Assurance and review * Technical controls * Interface management * Requirements management * Business case development * Team performance * Third Party Agreements TWUL reserves the right to procure any of the services listed above as separate contracts and/or frameworks as part of separate and independent procurements. TWUL is working with several partners, including other water companies to develop and deliver the SROs. Furthermore, depending on the commercial and procurement strategies for delivery of these projects TWUL may transfer or novate the benefit and the burden of call-off contracts made under this Framework Agreement: *To any funder, security trustee or security holder without the consent of the Consultant; and *To any other person with the consent of the Consultant, such consent not to be unreasonably withheld or delayed;",
                "value": {
                    "amount": 150000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Thames Water envisages that the Framework Agreement will be renewed after the Initial Term of 3 years and that the renewal may be on one or more occasions by Thames Water giving not less than one month's notice to the Consultant."
                },
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 3
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "This Framework Agreement shall come into force on the Commencement Date and shall (except as expressly provided otherwise in this Framework Agreement) continue in force for a period of 3 years (the \"Initial Term\"). TWUL shall be entitled, at its option to extend this Framework Agreement, on one or more occasions by giving not less than one month's notice to the Consultants prior to the expiry of the Initial Term or the expiry of any extension as the case may be, provided that the duration of this Framework Agreement shall not exceed a maximum duration of 8 years unless otherwise agreed in writing by the Parties and provided that 8 years shall only be exceeded in exceptional circumstances duly justified."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "65000000",
                        "description": "Public utilities"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71200000",
                        "description": "Architectural and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71300000",
                        "description": "Engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71400000",
                        "description": "Urban planning and landscape architectural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71500000",
                        "description": "Construction-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71800000",
                        "description": "Consulting services for water-supply and waste consultancy"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73220000",
                        "description": "Development consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79400000",
                        "description": "Business and management consultancy and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90713100",
                        "description": "Consulting services for water-supply and waste-water other than for construction"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "United Kingdom"
                },
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "As detailed in VI.3 and the PQQ",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "reductionCriteria": "As detailed in VI.3 and the PQQ"
        },
        "submissionTerms": {
            "depositsGuarantees": "Bonds and/or parent company guarantees or equivalent forms of performance and financial standing may be required",
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "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,
            "frameworkAgreement": {
                "maximumParticipants": 2
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-08-11T12:00:00+01:00"
        },
        "hasRecurrence": false,
        "reviewDetails": "Thames Water Utilities Limited has undertaken a standstill period at the point that information on the award of the contract was communicated to tenderers. That notification provided full information on the award decision. The standstill period, which was for a minimum of 10 calendar days, concluded successfully without any challenge. 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/",
                "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-2212959",
            "name": "Arcadis Consulting (UK) Ltd",
            "identifier": {
                "legalName": "Arcadis Consulting (UK) Ltd",
                "id": "2212959",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "London",
                "region": "UKI",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-2594504",
            "name": "Jacobs U.K. Limited",
            "identifier": {
                "legalName": "Jacobs U.K. Limited",
                "id": "2594504",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "London",
                "region": "UKI",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-2165592",
            "name": "Turner & Townsend Project Management Limited",
            "identifier": {
                "legalName": "Turner & Townsend Project Management Limited",
                "id": "2165592",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Leeds",
                "region": "UKE",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-1243967",
            "name": "Mott MacDonald Ltd",
            "identifier": {
                "legalName": "Mott MacDonald Ltd",
                "id": "1243967",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "London",
                "region": "UKI",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-02366661",
        "name": "THAMES WATER UTILITIES LIMITED"
    },
    "language": "en",
    "awards": [
        {
            "id": "012303-2024-FA2051-1",
            "relatedLots": [
                "1"
            ],
            "title": "Programme Partner Consultancy Services to the SRO Programme",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-2212959",
                    "name": "Arcadis Consulting (UK) Ltd"
                }
            ]
        },
        {
            "id": "012303-2024-FA2051-2",
            "relatedLots": [
                "1"
            ],
            "title": "Programme Partner Consultancy Services to the SRO Programme",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-2594504",
                    "name": "Jacobs U.K. Limited"
                },
                {
                    "id": "GB-COH-1243967",
                    "name": "Mott MacDonald Ltd"
                }
            ]
        },
        {
            "id": "012303-2024-FA2051-3",
            "relatedLots": [
                "1"
            ],
            "title": "Programme Partner Consultancy Services to the SRO Programme",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-2165592",
                    "name": "Turner & Townsend Project Management Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "012303-2024-FA2051-1",
            "awardID": "012303-2024-FA2051-1",
            "title": "Programme Partner Consultancy Services to the SRO Programme",
            "status": "active",
            "dateSigned": "2024-03-18T00:00:00Z"
        },
        {
            "id": "012303-2024-FA2051-2",
            "awardID": "012303-2024-FA2051-2",
            "title": "Programme Partner Consultancy Services to the SRO Programme",
            "status": "active",
            "dateSigned": "2024-03-18T00:00:00Z"
        },
        {
            "id": "012303-2024-FA2051-3",
            "awardID": "012303-2024-FA2051-3",
            "title": "Programme Partner Consultancy Services to the SRO Programme",
            "status": "active",
            "dateSigned": "2024-03-18T00:00:00Z"
        }
    ]
}