Award

YORconsult3 Consultants Framework Agreement

EAST RIDING OF YORKSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

20 Feb 2025 at 16:39

Tender

26 Jan 2024 at 15:11

Summary of the contracting process

The East Riding of Yorkshire Council has initiated the YORconsult3 Consultants Framework Agreement, seeking construction consultancy services for public bodies and third sector organisations within Yorkshire and Humber, North East England, Nottinghamshire, Derbyshire, and Lincolnshire. This framework aims to continue the collaborative legacy of its predecessor, YORconsult2, and is divided into 12 lots including Civil Engineering Services, Transportation Services, and Architectural Services. The tender is in the Award stage, with key dates including the closing date of 28 March 2024 and framework commencement on 8 January 2025. This open procedure tender covers a multitude of industry categories including architectural, construction, engineering, and inspection services. The locations covered include regions UKE, UKC, and UKF, with specific details outlined in the procurement documents. The total estimated value of the framework is £152 million, excluding VAT.

This tender presents significant opportunities for businesses specialising in construction and consultancy services, particularly those experienced in civil engineering, architectural design, transportation modelling, and related professional services. Companies within these industries can leverage this framework to secure substantial public sector and third sector projects, promoting growth through long-term contracts and partnerships. The range of services and the broad geographical coverage mean that a wide array of skills are in demand, providing various entry points for both SMEs and large enterprises. The framework also supports capacity building and sector sustainability through options for extensions, allowing firms to invest in processes, staff training, and innovative practices to meet the evolving needs of the public sector clients.

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

Notice Title

YORconsult3 Consultants Framework Agreement

Notice Description

A Framework Agreement for construction consultancy services to serve public bodies (and their statutory successors) and third sector organisations primarily in the Yorkshire and Humber region, North East of England, Nottinghamshire, Derbyshire and Lincolnshire. This was detailed in the procurement documents. This framework replaces the original YORconsult2 North and East Area Consultants Framework and YORconsult2 South and West Area Consultants Framework. It builds upon their legacy of partnership and collaborative working. The full list of accessing bodies is detailed within VI.3. The framework agreement is divided into 12 lots relating to the type of services awarded under the framework agreement (see II.2).

Lot Information

Civil Engineering Services

Main services include services for highway works, pedestrianisation, park and ride schemes, traffic safety works, highways environmental improvements, hard landscaping, bridge works, public realm works, signals and lighting services, supervision, and other civil engineering works, including associated drainage (but excluding the main services included in Lots 2, 11 and 12). Some ancillary services including building services, urban planning, environmental, archaeological services and market / economic research services may also be included. This could include environmental impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat surveys and other environmental services. The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services. Additional information: Some projects may receive financial contributions from European Union Funds.

Options: The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit. In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).

Transportation Services

Main services include services for strategic and other studies, transportation modelling and intelligent transport systems; some scheme development work may be included. Some ancillary services including urban planning, environmental and market/ economic research services may also be included. This could include environmental impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat surveys and other environmental services. The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services. Additional information: Some projects may receive financial contributions from European Union Funds.

Options: The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit. In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).

Multi-Disciplinary Building Services

Main services include a full range of multi-disciplinary building services for building work (including new build, refurbishment and maintenance projects) for: Architecture, Quantity Surveying, Structural Engineering, Mechanical Engineering, Electrical Engineering, Landscape Architecture, Building Surveying, and Project Management, Contract Administration and Site Supervision. Some ancillary services including civil engineering services, urban planning, environmental, archaeological services and market / economic research services may also be included. This could include environmental impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat surveys and other environmental services. Renewable Energies Services for new build, refurbishment and maintenance projects and Asbestos Survey Services for buildings; including management surveys and pre demolition/refurbishment surveys may also be included. The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services. Additional information: Some projects may receive financial contributions from European Union Funds.

Options: The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit. In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).

Architectural Services

Main services involve Architectural Services for building work including new build, refurbishment and maintenance projects. Landscape Architecture services are also included. Some ancillary services including other Building disciplines, civil engineering services, ground investigations, archaeological services, clerk of work services, urban planning, environmental and market/ economic research services may also be included. This could include environmental impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat surveys and other environmental services. Asbestos Survey Services for buildings; including management surveys and pre demolition/refurbishment surveys may also be included. The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services. Additional information: Some projects may receive financial contributions from European Union Funds.

Options: The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit. In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).

Quantity Surveying Services

Main services involve Quantity Surveying Services for building work including new build, refurbishment and maintenance projects (including any engineering work involved). Some ancillary services including other Building disciplines and clerk of work services may also be included. The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services. Additional information: Some projects may receive financial contributions from European Union Funds.

Options: The framework has an option to extend for a further period of two years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include Economic Regeneration, Carbon and Waste Reduction, Training and Employment initiatives, training of their staff to new ways of working, BIM, the Construction Playbook and Construction Innovation Hub Value toolkit. In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than four years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire. Further details were set out in the framework documents. Provisional timetable for recourse to these options in months: 48 (from the award of the framework).

Structural Engineering Services

Main services involve Structural Engineering Services for building work including new build, refurbishment, maintenance projects and Building Regulations checking. Some ancillary services including other Building disciplines, clerk of work services and ground investigations may also be included. The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services. Additional information: Some projects may receive financial contributions from European Union Funds.

Options: The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit. In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).

Mechanical and Electrical Engineering Services

Main services involve: Mechanical & Electrical Engineering Services for building work including new build, refurbishment and maintenance projects. Some ancillary services including other Building disciplines, clerk of work services and Renewable Energies Services for new build, refurbishment and maintenance projects. Asbestos Survey Services for buildings; including management surveys and pre-demolition/refurbishment surveys may also be included. The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services. Additional information: Some projects may receive financial contributions from European Union Funds.

Options: The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit. In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).

Building Surveying Services

Main services involve Building Surveying Services for building work including new build, refurbishment and maintenance projects. Some ancillary services including other Building disciplines, civil engineering services, ground investigations, archaeological services, clerk of works, urban planning, environmental and market/ economic research services may also be included. This could include environmental impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat surveys and other environmental services. Renewable Energies Services for new build, refurbishment and maintenance projects and Asbestos Survey Services for buildings; including management surveys and pre demolition/refurbishment surveys may also be included. The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services. Additional information: Some projects may receive financial contributions from European Union Funds.

Options: The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit. In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).

Project Management/Contract Administration and Site Supervision Services

Main Services involve Project Management, Contract Administration and Site Supervision Services for building work including new build, refurbishment and maintenance projects. Some ancillary services: including other Building disciplines and Clerk of Works services may also be included. The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services. Additional information: Some projects may receive financial contributions from European Union Funds.

Options: The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit. In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).

Local Authority Forward Planning Services and Development Management

Main Services involve Local Authority Forward Planning Services and Development Management Services including for local development frameworks, sub-regional planning documents, supplementary planning documents, local plans, neighbourhood planning, development briefs, master planning, regeneration studies and studies to inform the Forward Planning and Development Management function, development management professional services, public inquires and specialist advice. Some ancillary services including market/economic/ environmental research services may also be included. The coverage for both the main services and ancillary services includes for studies and surveys associated with these services. Additional information: Some projects may receive financial contributions from European Union Funds.

Options: The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit. In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).

Coastal Services

Main services include services for coastal management, coastal strategies, coastal protection works from inception to completion and coastal monitoring including collection and interpretation of data. Some ancillary services including building services, urban planning, environmental and market/ economic research services may also be included. This could include environmental impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat surveys, archaeological services and other environmental services. The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services. Additional information: Some projects may receive financial contributions from European Union Funds.

Options: The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit. In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).

Drainage and Flood Protection Services

Main services include services for flood risk mitigation, design and engineering of flood resilience solutions, integrated catchment modelling (including studies), urban drainage and land drainage works and supervision (but excluding the main services included in Lots 1 and 11). Some ancillary services may also be included. This could include environmental impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat surveys, archaeological services and other environmental services. The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services. Additional information: Some projects may receive financial contributions from European Union Funds.

Options: The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit. In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-043509
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/006407-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

63 - Supporting and auxiliary transport services; travel agencies services

71 - Architectural, construction, engineering and inspection services

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

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

45112450 - Excavation work at archaeological sites

63712700 - Traffic control services

71000000 - Architectural, construction, engineering and inspection services

71200000 - Architectural and related services

71242000 - Project and design preparation, estimation of costs

71244000 - Calculation of costs, monitoring of costs

71246000 - Determining and listing of quantities in construction

71300000 - Engineering services

71311200 - Transport systems consultancy services

71312000 - Structural engineering consultancy services

71313000 - Environmental engineering consultancy services

71313400 - Environmental impact assessment for construction

71314000 - Energy and related services

71315410 - Inspection of ventilation system

71317200 - Health and safety services

71318100 - Artificial and natural lighting engineering services for buildings

71319000 - Expert witness services

71321000 - Engineering design services for mechanical and electrical installations for buildings

71321100 - Construction economics services

71322000 - Engineering design services for the construction of civil engineering works

71322100 - Quantity surveying services for civil engineering works

71324000 - Quantity surveying services

71325000 - Foundation-design services

71327000 - Load-bearing structure design services

71328000 - Verification of load-bearing structure design services

71333000 - Mechanical engineering services

71334000 - Mechanical and electrical engineering services

71335000 - Engineering studies

71336000 - Engineering support services

71351500 - Ground investigation services

71356000 - Technical services

71400000 - Urban planning and landscape architectural services

71410000 - Urban planning services

71500000 - Construction-related services

71520000 - Construction supervision services

71540000 - Construction management services

71600000 - Technical testing, analysis and consultancy services

71700000 - Monitoring and control services

71800000 - Consulting services for water-supply and waste consultancy

71900000 - Laboratory services

79300000 - Market and economic research; polling and statistics

79930000 - Specialty design services

90490000 - Sewer survey and sewage treatment consultancy services

90700000 - Environmental services

90710000 - Environmental management

Notice Value(s)

Tender Value
£152,000,000 £100M-£1B
Lots Value
£152,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
£152,000,000 £100M-£1B

Notice Dates

Publication Date
20 Feb 20251 years ago
Submission Deadline
28 Mar 2024Expired
Future Notice Date
Not specified
Award Date
8 Jan 20251 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
EAST RIDING OF YORKSHIRE COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BEVERLEY
Postcode
HU17 9BA
Post Town
Hull
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE1 East Yorkshire and Northern Lincolnshire
Small Region (ITL 3)
TLE12 East Riding of Yorkshire
Delivery Location
TLC North East (England), TLE Yorkshire and The Humber, TLE1 East Yorkshire and Northern Lincolnshire, TLE2 North Yorkshire, TLF1 Derbyshire and Nottinghamshire, TLF3 Lincolnshire

Local Authority
East Riding of Yorkshire
Electoral Ward
St Mary's
Westminster Constituency
Beverley and Holderness

Supplier Information

Number of Suppliers
43
Supplier Names

AECOM LIMITED (APPOINTED TO LOTS 2, 10 AND 11

ALAN WOOD PARTNERSHIP LIMITED (APPOINTED TO LOTS 6, 8, 9 AND 12

ALIGN PROPERTY PARTNERS (APPOINTED TO LOTS 3 AND 7

AMEY OW LIMITED (APPOINTED TO LOTS 1 AND 12

ARCADIS CONSULTING (UK) LIMITED (APPOINTED TO LOTS 3 AND 10

ASSOCIATED ARCHITECTS (APPOINTED TO LOT 4

ATKINSRÉALIS UK LIMITED (APPOINTED TO LOTS 3, 5, 6, 7, 8, 9, 10 AND 11

BAKER HICKS LIMITED (APPOINTED TO LOTS 1 AND 4

BWB CONSULTING LTD (APPOINTED TO LOTS 6 AND 7

CASTLE OWEN CONSTRUCTION & PROPERTY CONSULTANTS LIMITED (APPOINTED TO LOT 8

CURRIE & BROWN UK LIMITED (APPOINTED TO LOT 8

CURTINS CONSULTING LIMITED (APPOINTED TO LOT 6

DARNTONB3 LIMITED (APPOINTED TO LOT 4

DKP CONSULTING LIMITED (APPOINTED TO LOT 5

GOTCH SAUNDERS & SURRIDGE LLP T/A GSSARCHITECTURE (APPOINTED TO LOT 4

HASKONINGDHV UK LTD. (APPOINTED TO LOT 11

HYDROCK CONSULTANTS LIMITED (APPOINTED TO LOT 2

IDENTITY CONSULT LIMITED (APPOINTED TO LOTS 5 AND 9

JCP CONSULTING ENGINEERS LTD (APPOINTED TO LOT 7

JEREMY BENN ASSOCIATES LIMITED (APPOINTED TO LOT 10

KIER BUSINESS SERVICES LIMITED (ALSO KNOWN AS KIER DESIGN AND BUSINESS SERVICES - "DABS") (APPOINTED TO LOTS 4, 5, 8 AND 9

LAND USE CONSULTANTS LTD (LUC) (APPOINTED TO LOT 10

LANGTRY-LANGTON ARCHITECTS (APPOINTED TO LOT 4

LOCAL TRANSPORT PROJECTS LIMITED (APPOINTED TO LOT 2

MASON CLARK ASSOCIATES LTD (APPOINTED TO LOTS 1, 3, 6, 8, 9 AND 12

MOTT MACDONALD LIMITED (APPOINTED TO LOTS 3, 4, 7, 10 AND 11

NORR CONSULTANTS LIMITED (APPOINTED TO LOTS 3 AND 4

OVE ARUP AND PARTNERS LTD (APPOINTED TO LOTS 1, 2, 6, 7, 10, 11 AND 12

PELL FRISCHMANN CONSULTANTS LTD. (APPOINTED TO LOTS 1, 2 AND 12

RAMBOLL UK&I LIMITED (APPOINTED TO LOT 2

RIDER LEVETT BUCKNALL UK LTD (APPOINTED TO LOTS 3, 5, 8 AND 9

RIDGE AND PARTNERS LLP (APPOINTED TO LOT 3

RPP LIMITED TRADING AS REX PROCTER AND PARTNERS (APPOINTED TO LOTS 5, 8 AND 9

RPS CONSULTING SERVICES LIMITED (APPOINTED TO LOT 1

RSK ENVIRONMENT LIMITED (APPOINTED TO LOT 1

SERVICES DESIGN ASSOCIATES LTD (APPOINTED TO LOT 7

SUM LTD (APPOINTED TO LOT 5

SYSTRA LIMITED (APPOINTED TO LOTS 2 AND 12

TURNER & TOWNSEND PROJECT MANAGEMENT LIMITED (APPOINTED TO LOTS 3, 5 AND 9

WATERMAN INFRASTRUCTURE & ENVIRONMENT LTD (APPOINTED TO LOTS 1 AND 12

WILDE CONSULTANTS LTD (APPOINTED TO LOT 1

WM. SAUNDERS PARTNERSHIP LLP (TRADING AS WILLIAM SAUNDERS) (APPOINTED TO LOT 6

WSP UK LTD (APPOINTED TO LOT 1, 2, 6, 7, 11 AND 12

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-043509-2025-02-20T16:39:00Z",
    "date": "2025-02-20T16:39:00Z",
    "ocid": "ocds-h6vhtk-043509",
    "description": "Public sector organisations that may access this framework subject to approval of the contracting authority include (but are not limited to): - Local Authorities in Yorkshire and Humber, the North East (England), Lincolnshire, Nottinghamshire, Derbyshire and Sheffield Local Enterprise Partnership region (i.e. a local authority as defined in Regulation 1 and 84(1) of the Local Government Act 2000, Local Authorities include all County, City, District and Borough Councils, Unitary Authorities, Parish and Town Councils. A list of all local authorities is available at www.gov.uk/find-local-council. - Central Government Departments, no-departmental government bodies and Agencies www.gov.uk/government/organisations - Combined Authorities (as defined in Local Democracy, Economic Development and Construction Act 2009); - Educational establishments (e.g. schools, school governing bodies; voluntary aided schools; foundation schools; any faith educational establishments including the Roman Catholic Dioceses and Anglican Dioceses, associated with the named Local Authorities including diocesan authorities; academies; free schools, city technology colleges; foundation partnerships; education authorities, publicly funded schools, universities, colleges, University Technical Colleges, University Purchasing Consortium, further education establishments; higher education establishments and other educational establishments). www.ucas.com/ www.neupc.ac.uk/who-are-our-members www.schoolswebdirectory.co.uk/ www.gov.uk/school-performance-tables www.ukri.org/ - National Park Authorities: www.nationalparks.uk/parks/ - Internal Drainage Boards: http://www.ada.org.uk/idb_members_map.html - Registered Social Landlords (Housing Associations): www.gov.uk/government/publications/current-registered-providers-of-social-housing - Police Forces: www.police.uk/?view=force_sites - Fire and Rescue Services: www.fireservice.co.uk/information/ukfrs - Ambulance Services: https://aace.org.uk/ - NHS Bodies England: https://www.england.nhs.uk/publication/nhs-provider-directory/ https://www.nhsbsa.nhs.uk/sicbls-icbs-and-other-providers/organisation-and-prescriberchanges/ sub-icb-locations https://www.nhs.uk/Service-Search/other-services/AreaTeam/LocationSearch/1839 https://www.gov.uk/government/publications/health-and-care-bill-factsheets/health-andcare- bill-special-health-authority-time-limits - Hospices in the UK: https://www.hospiceuk.org/about-hospice-care/find-a-hospice - Third Sector and Charities in the United Kingdom: www.gov.uk/government/organisations/charity-commission www.oscr.org.uk/ - Citizens Advice: https://www.citizensadvice.org.uk/about-us/ - Projects commissioned by Local Enterprise Partnerships (LEP's); - Also permitted to access the framework are locally delivered Public Service providers e.g. General Practitioners' Surgeries: www.nhs.uk/service-search/find-a-gp - The option is reserved for the framework to be used by projects funded by Section 106 and/or community infrastructure levy. - Passenger Transport Executives: https://www.urbantransportgroup.org/members - Humber Bridge Board: http://www.humberbridge.co.uk/ - Canal and River Trusts: www.canalrivertrust.org.uk/about-us/our-regions/north-east-waterways - social enterprises within culture and leisure: https://www.sportandrecreation.org.uk/members/member-directory - Trusts, Charities, Social Enterprises, Mutuals, and Community Interest Companies: (i.e. organisations that have been established by the public bodies within the scope of this advertisement and/or where the contracting public bodies are trustees or partners of the Trusts, Social Enterprises, Mutuals and Community Interest Companies or any similar organisation). Other additional Public Bodies operating in this Region but not specifically referred to may also use this Framework. It further includes successors to those organisations already identified and their subsidiaries. It is intended that the framework will deliver a significant proportion of the general civil engineering and related works of these public sector bodies. However, these public sector bodies do not guarantee to award a minimum value or indeed any value of services under the proposed arrangement. All financial values stated in this notice do not include VAT.",
    "initiationType": "tender",
    "tender": {
        "id": "CM182",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "YORconsult3 Consultants Framework Agreement",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71000000",
            "description": "Architectural, construction, engineering and inspection services"
        },
        "mainProcurementCategory": "services",
        "description": "A Framework Agreement for construction consultancy services to serve public bodies (and their statutory successors) and third sector organisations primarily in the Yorkshire and Humber region, North East of England, Nottinghamshire, Derbyshire and Lincolnshire. This was detailed in the procurement documents. This framework replaces the original YORconsult2 North and East Area Consultants Framework and YORconsult2 South and West Area Consultants Framework. It builds upon their legacy of partnership and collaborative working. The full list of accessing bodies is detailed within VI.3. The framework agreement is divided into 12 lots relating to the type of services awarded under the framework agreement (see II.2).",
        "value": {
            "amount": 152000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "awardCriteriaDetails": "As set out in the procurement documents."
        },
        "lots": [
            {
                "id": "1",
                "title": "Civil Engineering Services",
                "description": "Main services include services for highway works, pedestrianisation, park and ride schemes, traffic safety works, highways environmental improvements, hard landscaping, bridge works, public realm works, signals and lighting services, supervision, and other civil engineering works, including associated drainage (but excluding the main services included in Lots 2, 11 and 12). Some ancillary services including building services, urban planning, environmental, archaeological services and market / economic research services may also be included. This could include environmental impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat surveys and other environmental services. The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services. Additional information: Some projects may receive financial contributions from European Union Funds.",
                "value": {
                    "amount": 45000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit. In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework)."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "People",
                            "type": "quality",
                            "description": "16%"
                        },
                        {
                            "name": "Cost Control and Call-Off Progress",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "name": "Project Delivery",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "name": "Social Value / Framework Management",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "Transportation Services",
                "description": "Main services include services for strategic and other studies, transportation modelling and intelligent transport systems; some scheme development work may be included. Some ancillary services including urban planning, environmental and market/ economic research services may also be included. This could include environmental impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat surveys and other environmental services. The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services. Additional information: Some projects may receive financial contributions from European Union Funds.",
                "value": {
                    "amount": 4000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit. In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework)."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "People",
                            "type": "quality",
                            "description": "16%"
                        },
                        {
                            "name": "Cost Control and Call-Off Progress",
                            "type": "quality",
                            "description": "12%"
                        },
                        {
                            "name": "Project Delivery",
                            "type": "quality",
                            "description": "4%"
                        },
                        {
                            "name": "Social Value / Framework Management",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                }
            },
            {
                "id": "3",
                "title": "Multi-Disciplinary Building Services",
                "description": "Main services include a full range of multi-disciplinary building services for building work (including new build, refurbishment and maintenance projects) for: Architecture, Quantity Surveying, Structural Engineering, Mechanical Engineering, Electrical Engineering, Landscape Architecture, Building Surveying, and Project Management, Contract Administration and Site Supervision. Some ancillary services including civil engineering services, urban planning, environmental, archaeological services and market / economic research services may also be included. This could include environmental impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat surveys and other environmental services. Renewable Energies Services for new build, refurbishment and maintenance projects and Asbestos Survey Services for buildings; including management surveys and pre demolition/refurbishment surveys may also be included. The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services. Additional information: Some projects may receive financial contributions from European Union Funds.",
                "value": {
                    "amount": 45000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit. In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework)."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "People",
                            "type": "quality",
                            "description": "16%"
                        },
                        {
                            "name": "Cost Control and Call-Off Progress",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "name": "Project Delivery",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "name": "Social Value / Framework Management",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                }
            },
            {
                "id": "4",
                "title": "Architectural Services",
                "description": "Main services involve Architectural Services for building work including new build, refurbishment and maintenance projects. Landscape Architecture services are also included. Some ancillary services including other Building disciplines, civil engineering services, ground investigations, archaeological services, clerk of work services, urban planning, environmental and market/ economic research services may also be included. This could include environmental impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat surveys and other environmental services. Asbestos Survey Services for buildings; including management surveys and pre demolition/refurbishment surveys may also be included. The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services. Additional information: Some projects may receive financial contributions from European Union Funds.",
                "value": {
                    "amount": 3000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit. In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework)."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "People",
                            "type": "quality",
                            "description": "16%"
                        },
                        {
                            "name": "Cost Control and Call-Off Progress",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "name": "Project Delivery",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "name": "Social Value / Framework Management",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                }
            },
            {
                "id": "5",
                "title": "Quantity Surveying Services",
                "description": "Main services involve Quantity Surveying Services for building work including new build, refurbishment and maintenance projects (including any engineering work involved). Some ancillary services including other Building disciplines and clerk of work services may also be included. The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services. Additional information: Some projects may receive financial contributions from European Union Funds.",
                "value": {
                    "amount": 3000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The framework has an option to extend for a further period of two years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include Economic Regeneration, Carbon and Waste Reduction, Training and Employment initiatives, training of their staff to new ways of working, BIM, the Construction Playbook and Construction Innovation Hub Value toolkit. In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than four years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire. Further details were set out in the framework documents. Provisional timetable for recourse to these options in months: 48 (from the award of the framework)."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "16%"
                        },
                        {
                            "name": "Cost Control and Call-Off Progress",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "name": "Project Delivery",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "name": "Social Value / Framework Management",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                }
            },
            {
                "id": "6",
                "title": "Structural Engineering Services",
                "description": "Main services involve Structural Engineering Services for building work including new build, refurbishment, maintenance projects and Building Regulations checking. Some ancillary services including other Building disciplines, clerk of work services and ground investigations may also be included. The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services. Additional information: Some projects may receive financial contributions from European Union Funds.",
                "value": {
                    "amount": 3000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit. In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework)."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "People",
                            "type": "quality",
                            "description": "16%"
                        },
                        {
                            "name": "Cost Control and Call-Off Progress",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "name": "Project Delivery",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "name": "Social Value / Framework Management",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                }
            },
            {
                "id": "7",
                "title": "Mechanical and Electrical Engineering Services",
                "description": "Main services involve: Mechanical & Electrical Engineering Services for building work including new build, refurbishment and maintenance projects. Some ancillary services including other Building disciplines, clerk of work services and Renewable Energies Services for new build, refurbishment and maintenance projects. Asbestos Survey Services for buildings; including management surveys and pre-demolition/refurbishment surveys may also be included. The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services. Additional information: Some projects may receive financial contributions from European Union Funds.",
                "value": {
                    "amount": 5000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit. In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework)."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "People",
                            "type": "quality",
                            "description": "16%"
                        },
                        {
                            "name": "Cost Control and Call-Off Progress",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "name": "Project Delivery",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "name": "Social Value / Framework Management",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                }
            },
            {
                "id": "8",
                "title": "Building Surveying Services",
                "description": "Main services involve Building Surveying Services for building work including new build, refurbishment and maintenance projects. Some ancillary services including other Building disciplines, civil engineering services, ground investigations, archaeological services, clerk of works, urban planning, environmental and market/ economic research services may also be included. This could include environmental impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat surveys and other environmental services. Renewable Energies Services for new build, refurbishment and maintenance projects and Asbestos Survey Services for buildings; including management surveys and pre demolition/refurbishment surveys may also be included. The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services. Additional information: Some projects may receive financial contributions from European Union Funds.",
                "value": {
                    "amount": 4000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit. In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework)."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "People",
                            "type": "quality",
                            "description": "16%"
                        },
                        {
                            "name": "Cost Control and Call-Off Progress",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "name": "Project Delivery",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "name": "Social Value / Framework Management",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                }
            },
            {
                "id": "9",
                "title": "Project Management/Contract Administration and Site Supervision Services",
                "description": "Main Services involve Project Management, Contract Administration and Site Supervision Services for building work including new build, refurbishment and maintenance projects. Some ancillary services: including other Building disciplines and Clerk of Works services may also be included. The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services. Additional information: Some projects may receive financial contributions from European Union Funds.",
                "value": {
                    "amount": 3000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit. In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework)."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "People",
                            "type": "quality",
                            "description": "16%"
                        },
                        {
                            "name": "Cost Control and Call-Off Progress",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "name": "Project Delivery",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "name": "Social Value / Framework Management",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                }
            },
            {
                "id": "10",
                "title": "Local Authority Forward Planning Services and Development Management",
                "description": "Main Services involve Local Authority Forward Planning Services and Development Management Services including for local development frameworks, sub-regional planning documents, supplementary planning documents, local plans, neighbourhood planning, development briefs, master planning, regeneration studies and studies to inform the Forward Planning and Development Management function, development management professional services, public inquires and specialist advice. Some ancillary services including market/economic/ environmental research services may also be included. The coverage for both the main services and ancillary services includes for studies and surveys associated with these services. Additional information: Some projects may receive financial contributions from European Union Funds.",
                "value": {
                    "amount": 4000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit. In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework)."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "People",
                            "type": "quality",
                            "description": "16%"
                        },
                        {
                            "name": "Cost Control and Call-Off Progress",
                            "type": "quality",
                            "description": "12%"
                        },
                        {
                            "name": "Project Delivery",
                            "type": "quality",
                            "description": "4%"
                        },
                        {
                            "name": "Social Value / Framework Management",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                }
            },
            {
                "id": "11",
                "title": "Coastal Services",
                "description": "Main services include services for coastal management, coastal strategies, coastal protection works from inception to completion and coastal monitoring including collection and interpretation of data. Some ancillary services including building services, urban planning, environmental and market/ economic research services may also be included. This could include environmental impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat surveys, archaeological services and other environmental services. The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services. Additional information: Some projects may receive financial contributions from European Union Funds.",
                "value": {
                    "amount": 4000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit. In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework)."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "People",
                            "type": "quality",
                            "description": "16%"
                        },
                        {
                            "name": "Cost Control and Call-Off Progress",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "name": "Project Delivery",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "name": "Social Value / Framework Management",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                }
            },
            {
                "id": "12",
                "title": "Drainage and Flood Protection Services",
                "description": "Main services include services for flood risk mitigation, design and engineering of flood resilience solutions, integrated catchment modelling (including studies), urban drainage and land drainage works and supervision (but excluding the main services included in Lots 1 and 11). Some ancillary services may also be included. This could include environmental impact assessments, appropriate assessments, audits, habitat creation/ restoration studies, habitat surveys, archaeological services and other environmental services. The coverage for both the main services and ancillary services may involve all or any stages of services including planning, feasibility, studies, surveys, design/project preparation, site supervision and also providing advice and project management services associated with these services. Additional information: Some projects may receive financial contributions from European Union Funds.",
                "value": {
                    "amount": 29000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The framework has an option to extend for a further period of 2 years to allow the appointed consultants adequate time to recoup their significant initial investment in establishing processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include economic regeneration, carbon and waste reduction, training and employment initiatives, training of their staff to new ways of working, BIM, Construction Playbook and Construction Innovation Hub Value toolkit. In addition, there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering and collaborative working objectives that will form part of this framework may only be capable of being realised over longer periods of time than 4 years, not least because a number of public sector bodies may only start using this framework when their existing arrangements expire. Further details are set out in the framework documents. Provisional timetable for recourse to these options: in months: 48 (from the award of the framework)."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "People",
                            "type": "quality",
                            "description": "16%"
                        },
                        {
                            "name": "Cost Control and Call-Off Progress",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "name": "Project Delivery",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "name": "Social Value / Framework Management",
                            "type": "quality",
                            "description": "8%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45112450",
                        "description": "Excavation work at archaeological sites"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712700",
                        "description": "Traffic control services"
                    },
                    {
                        "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": "71600000",
                        "description": "Technical testing, analysis and consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71700000",
                        "description": "Monitoring and control services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71800000",
                        "description": "Consulting services for water-supply and waste consultancy"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71900000",
                        "description": "Laboratory services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79300000",
                        "description": "Market and economic research; polling and statistics"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90490000",
                        "description": "Sewer survey and sewage treatment consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKF1"
                    },
                    {
                        "region": "UKF3"
                    },
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKF1"
                    },
                    {
                        "region": "UKF3"
                    }
                ],
                "deliveryLocation": {
                    "description": "East Yorkshire UKE1 Lincolnshire UKF3 North East England UKC North Yorkshire UKE2 South Yorkshire UKE3 West Yorkshire UKE4 Yorkshire and the Humber UKE Derbyshire and Nottinghamshire UKF1 are included for education requirements only. Further details were available in the Framework procurement documents."
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "63712700",
                        "description": "Traffic control services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311200",
                        "description": "Transport systems consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71313400",
                        "description": "Environmental impact assessment for construction"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71317200",
                        "description": "Health and safety services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71319000",
                        "description": "Expert witness services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71335000",
                        "description": "Engineering studies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71356000",
                        "description": "Technical services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71400000",
                        "description": "Urban planning and landscape architectural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79300000",
                        "description": "Market and economic research; polling and statistics"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKF1"
                    },
                    {
                        "region": "UKF3"
                    },
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKF1"
                    },
                    {
                        "region": "UKF3"
                    }
                ],
                "deliveryLocation": {
                    "description": "East Yorkshire UKE1 Lincolnshire UKF3 North East England UKC North Yorkshire UKE2 South Yorkshire UKE3 West Yorkshire UKE4 Yorkshire and the Humber UKE Derbyshire and Nottinghamshire UKF1 are included for education requirements only. Further details are in the Framework procurement documents."
                },
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45112450",
                        "description": "Excavation work at archaeological sites"
                    },
                    {
                        "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": "71600000",
                        "description": "Technical testing, analysis and consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71700000",
                        "description": "Monitoring and control services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71900000",
                        "description": "Laboratory services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79300000",
                        "description": "Market and economic research; polling and statistics"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79930000",
                        "description": "Specialty design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKF1"
                    },
                    {
                        "region": "UKF3"
                    },
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKF1"
                    },
                    {
                        "region": "UKF3"
                    }
                ],
                "deliveryLocation": {
                    "description": "East Yorkshire UKE1 Lincolnshire UKF3 North East England UKC North Yorkshire UKE2 South Yorkshire UKE3 West Yorkshire UKE4 Yorkshire and the Humber UKE Derbyshire and Nottinghamshire UKF1 are included for education requirements only. Further details were in the Framework procurement documents."
                },
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "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": "71600000",
                        "description": "Technical testing, analysis and consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71700000",
                        "description": "Monitoring and control services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71900000",
                        "description": "Laboratory services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79300000",
                        "description": "Market and economic research; polling and statistics"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79930000",
                        "description": "Specialty design services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKF1"
                    },
                    {
                        "region": "UKF3"
                    },
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKF1"
                    },
                    {
                        "region": "UKF3"
                    }
                ],
                "deliveryLocation": {
                    "description": "East Yorkshire UKE1 Lincolnshire UKF3 North East England UKC North Yorkshire UKE2 South Yorkshire UKE3 West Yorkshire UKE4 Yorkshire and the Humber UKE Derbyshire and Nottinghamshire UKF1 are included for education requirements only. Further details were in the Framework procurement documents."
                },
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71242000",
                        "description": "Project and design preparation, estimation of costs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71244000",
                        "description": "Calculation of costs, monitoring of costs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71246000",
                        "description": "Determining and listing of quantities in construction"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71321100",
                        "description": "Construction economics services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322100",
                        "description": "Quantity surveying services for civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71324000",
                        "description": "Quantity surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71356000",
                        "description": "Technical services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71500000",
                        "description": "Construction-related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKF1"
                    },
                    {
                        "region": "UKF3"
                    },
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKF1"
                    },
                    {
                        "region": "UKF3"
                    }
                ],
                "deliveryLocation": {
                    "description": "East Yorkshire UKE1 Lincolnshire UKF3 North East England UKC North Yorkshire UKE2 South Yorkshire UKE3 West Yorkshire UKE4 Yorkshire and the Humber UKE Derbyshire and Nottinghamshire UKF1 are included for education requirements only. Further details are in the Framework procurement documents."
                },
                "relatedLot": "5"
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71312000",
                        "description": "Structural engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71325000",
                        "description": "Foundation-design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71327000",
                        "description": "Load-bearing structure design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71328000",
                        "description": "Verification of load-bearing structure design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71335000",
                        "description": "Engineering studies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71336000",
                        "description": "Engineering support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71351500",
                        "description": "Ground investigation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71356000",
                        "description": "Technical services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71500000",
                        "description": "Construction-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71600000",
                        "description": "Technical testing, analysis and consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71700000",
                        "description": "Monitoring and control services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71900000",
                        "description": "Laboratory services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKF1"
                    },
                    {
                        "region": "UKF3"
                    },
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKF1"
                    },
                    {
                        "region": "UKF3"
                    }
                ],
                "deliveryLocation": {
                    "description": "East Yorkshire UKE1 Lincolnshire UKF3 North East England UKC North Yorkshire UKE2 South Yorkshire UKE3 West Yorkshire UKE4 Yorkshire and the Humber UKE Derbyshire and Nottinghamshire UKF1 are included for education requirements only. Further details were in the Framework procurement documents."
                },
                "relatedLot": "6"
            },
            {
                "id": "7",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71314000",
                        "description": "Energy and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71315410",
                        "description": "Inspection of ventilation system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71318100",
                        "description": "Artificial and natural lighting engineering services for buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71321000",
                        "description": "Engineering design services for mechanical and electrical installations for buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71333000",
                        "description": "Mechanical engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71334000",
                        "description": "Mechanical and electrical engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71335000",
                        "description": "Engineering studies"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71336000",
                        "description": "Engineering support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71356000",
                        "description": "Technical services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71500000",
                        "description": "Construction-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71600000",
                        "description": "Technical testing, analysis and consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71700000",
                        "description": "Monitoring and control services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71900000",
                        "description": "Laboratory services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKF1"
                    },
                    {
                        "region": "UKF3"
                    },
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKF1"
                    },
                    {
                        "region": "UKF3"
                    }
                ],
                "deliveryLocation": {
                    "description": "East Yorkshire UKE1 Lincolnshire UKF3 North East England UKC North Yorkshire UKE2 South Yorkshire UKE3 West Yorkshire UKE4 Yorkshire and the Humber UKE Derbyshire and Nottinghamshire UKF1 are included for education requirements only. Further details were in the Framework procurement documents."
                },
                "relatedLot": "7"
            },
            {
                "id": "8",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71300000",
                        "description": "Engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71410000",
                        "description": "Urban planning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71500000",
                        "description": "Construction-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71600000",
                        "description": "Technical testing, analysis and consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71700000",
                        "description": "Monitoring and control services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71900000",
                        "description": "Laboratory services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79300000",
                        "description": "Market and economic research; polling and statistics"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKF1"
                    },
                    {
                        "region": "UKF3"
                    },
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKF1"
                    },
                    {
                        "region": "UKF3"
                    }
                ],
                "deliveryLocation": {
                    "description": "East Yorkshire UKE1 Lincolnshire UKF3 North East England UKC North Yorkshire UKE2 South Yorkshire UKE3 West Yorkshire UKE4 Yorkshire and the Humber UKE Derbyshire and Nottinghamshire UKF1 are included for education requirements only. Further details were in the Framework procurement documents."
                },
                "relatedLot": "8"
            },
            {
                "id": "9",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71356000",
                        "description": "Technical services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71520000",
                        "description": "Construction supervision services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71540000",
                        "description": "Construction management services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKF1"
                    },
                    {
                        "region": "UKF3"
                    },
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKF1"
                    },
                    {
                        "region": "UKF3"
                    }
                ],
                "deliveryLocation": {
                    "description": "East Yorkshire UKE1 Lincolnshire UKF3 North East England UKC North Yorkshire UKE2 South Yorkshire UKE3 West Yorkshire UKE4 Yorkshire and the Humber UKE Derbyshire and Nottinghamshire UKF1 are included for education requirements only. Further details are in the Framework procurement documents."
                },
                "relatedLot": "9"
            },
            {
                "id": "10",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71313000",
                        "description": "Environmental engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71356000",
                        "description": "Technical services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71410000",
                        "description": "Urban planning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79300000",
                        "description": "Market and economic research; polling and statistics"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90710000",
                        "description": "Environmental management"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKF1"
                    },
                    {
                        "region": "UKF3"
                    },
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKF1"
                    },
                    {
                        "region": "UKF3"
                    }
                ],
                "deliveryLocation": {
                    "description": "East Yorkshire UKE1 Lincolnshire UKF3 North East England UKC North Yorkshire UKE2 South Yorkshire UKE3 West Yorkshire UKE4 Yorkshire and the Humber UKE Derbyshire and Nottinghamshire UKF1 are included for education requirements only. Further details were in the Framework procurement documents."
                },
                "relatedLot": "10"
            },
            {
                "id": "11",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45112450",
                        "description": "Excavation work at archaeological sites"
                    },
                    {
                        "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": "71600000",
                        "description": "Technical testing, analysis and consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71700000",
                        "description": "Monitoring and control services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71900000",
                        "description": "Laboratory services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79300000",
                        "description": "Market and economic research; polling and statistics"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKE1"
                    },
                    {
                        "region": "UKE2"
                    },
                    {
                        "region": "UKF3"
                    },
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKE1"
                    },
                    {
                        "region": "UKE2"
                    },
                    {
                        "region": "UKF3"
                    }
                ],
                "deliveryLocation": {
                    "description": "East Yorkshire UKE1 Lincolnshire UKF3 North East England UKC North Yorkshire UKE2 Further details are in the Framework procurement documents."
                },
                "relatedLot": "11"
            },
            {
                "id": "12",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45112450",
                        "description": "Excavation work at archaeological sites"
                    },
                    {
                        "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": "71600000",
                        "description": "Technical testing, analysis and consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71700000",
                        "description": "Monitoring and control services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71800000",
                        "description": "Consulting services for water-supply and waste consultancy"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71900000",
                        "description": "Laboratory services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79300000",
                        "description": "Market and economic research; polling and statistics"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90490000",
                        "description": "Sewer survey and sewage treatment consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKF1"
                    },
                    {
                        "region": "UKF3"
                    },
                    {
                        "region": "UKC"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKF1"
                    },
                    {
                        "region": "UKF3"
                    }
                ],
                "deliveryLocation": {
                    "description": "East Yorkshire UKE1 Lincolnshire UKF3 North East England UKC North Yorkshire UKE2 South Yorkshire UKE3 West Yorkshire UKE4 Yorkshire and the Humber UKE Derbyshire and Nottinghamshire UKF1 are included for education requirements only. Further details are in the Framework procurement documents."
                },
                "relatedLot": "12"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://yortender.eu-supply.com/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "As stated in the procurement documents.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "To discharge its statutory duties, the council must use staff that have the relevant professional qualifications, experience and competence."
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "Warranties, bonds and/or parent company guarantees or similar may be required. Collateral Warranties may be required. As set out in the framework tender documentation. Services will generally be funded through public funds and grants. As set out in the framework tender documentation. In the event of a group bid each company or firm in the bid will be jointly and severally responsible for the due performance of the contract. Detailed requirements are set out in the framework tender documentation."
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 100,
                "periodRationale": "Refer to II.2.11."
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-03-28T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 240
            }
        },
        "awardPeriod": {
            "startDate": "2024-03-28T13:00:00Z"
        },
        "bidOpening": {
            "date": "2024-03-28T13:00:00Z",
            "address": {
                "streetAddress": "County Hall Beverley HU17 9BA"
            },
            "description": "Authorised officers of the contracting authority."
        },
        "hasRecurrence": false,
        "reviewDetails": "Precise information on deadline(s) for review procedures: East Riding of Yorkshire Council incorporated a standstill period at the point information on the award of the framework 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, provided time for unsuccessful tenderers to challenge the award decision before the framework was entered into. The Public Contracts Regulations 2015 provide for an economic operator who suffers or risks suffering loss or damage by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)."
    },
    "parties": [
        {
            "id": "GB-FTS-75640",
            "name": "East Riding of Yorkshire Council",
            "identifier": {
                "legalName": "East Riding of Yorkshire Council",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "Cross Street",
                "locality": "BEVERLEY",
                "region": "UKE12",
                "postalCode": "HU179BA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Roy Ibbotson",
                "email": "info@yorhub.com",
                "url": "https://yortender.eu-supply.com/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.eastriding.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ],
                "buyerProfile": "https://yortender.eu-supply.com/"
            }
        },
        {
            "id": "GB-FTS-4395",
            "name": "East Riding of Yorkshire Council",
            "identifier": {
                "legalName": "East Riding of Yorkshire Council"
            },
            "address": {
                "streetAddress": "County Hall",
                "locality": "Beverley",
                "postalCode": "HU17 9BA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-COH-01846493",
            "name": "AECOM Limited (appointed to Lots 2, 10 and 11)",
            "identifier": {
                "legalName": "AECOM Limited (appointed to Lots 2, 10 and 11)",
                "id": "01846493",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Aldgate Tower, 2 Lemon Street",
                "locality": "London",
                "region": "UKI",
                "postalCode": "E1 8FA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-1988349",
            "name": "Alan Wood Partnership Limited (appointed to Lots 6, 8, 9 and 12)",
            "identifier": {
                "legalName": "Alan Wood Partnership Limited (appointed to Lots 6, 8, 9 and 12)",
                "id": "1988349",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "341 Beverley Road",
                "locality": "Hull",
                "region": "UKE11",
                "postalCode": "HU5 1LD",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-10385861",
            "name": "Align Property Partners (appointed to Lots 3 and 7)",
            "identifier": {
                "legalName": "Align Property Partners (appointed to Lots 3 and 7)",
                "id": "10385861",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "County Hall, Racecourse Lane,",
                "locality": "Northallerton",
                "region": "UKE2",
                "postalCode": "DL7 8AH",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-01922327",
            "name": "Amey OW Limited (appointed to Lots 1 and 12)",
            "identifier": {
                "legalName": "Amey OW Limited (appointed to Lots 1 and 12)",
                "id": "01922327",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Chancery Exchange, 10 Furnival Street,",
                "locality": "London",
                "region": "UKI",
                "postalCode": "EC4A 1AB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-02212959",
            "name": "Arcadis Consulting (UK) Limited (appointed to Lots 3 and 10)",
            "identifier": {
                "legalName": "Arcadis Consulting (UK) Limited (appointed to Lots 3 and 10)",
                "id": "02212959",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "80 Fenchurch Street",
                "locality": "London",
                "region": "UKI",
                "postalCode": "EC3M 2BY",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-15293767",
            "name": "Associated Architects (appointed to Lot 4)",
            "identifier": {
                "legalName": "Associated Architects (appointed to Lot 4)",
                "id": "15293767",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "1 Severn Street Place, The Mailbox,",
                "locality": "Birmingham",
                "region": "UKG31",
                "postalCode": "B1 1SE",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-688424",
            "name": "AtkinsRealis UK Limited (appointed to Lots 3, 5, 6, 7, 8, 9, 10 and 11)",
            "identifier": {
                "legalName": "AtkinsRealis UK Limited (appointed to Lots 3, 5, 6, 7, 8, 9, 10 and 11)",
                "id": "688424",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Woodcote Grove, Ashley Road,",
                "locality": "Epsom",
                "region": "UKJ2",
                "postalCode": "KT18 5BW",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-06256571",
            "name": "Baker Hicks Limited (appointed to Lots 1 and 4)",
            "identifier": {
                "legalName": "Baker Hicks Limited (appointed to Lots 1 and 4)",
                "id": "06256571",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Kent House, 14-17 Market Place,",
                "locality": "London",
                "region": "UKI",
                "postalCode": "W1W 8AJ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-05265863",
            "name": "BWB Consulting Ltd (appointed to Lots 6 and 7)",
            "identifier": {
                "legalName": "BWB Consulting Ltd (appointed to Lots 6 and 7)",
                "id": "05265863",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "5th Floor, Waterfront House, Station Street,",
                "locality": "Nottingham",
                "region": "UKF14",
                "postalCode": "NG2 3DQ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-04345297",
            "name": "Castle Owen Construction & Property Consultants Limited (appointed to Lot 8)",
            "identifier": {
                "legalName": "Castle Owen Construction & Property Consultants Limited (appointed to Lot 8)",
                "id": "04345297",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Unit 1, Hussar Court, Hillsborough Barracks,",
                "locality": "Sheffield",
                "region": "UKE32",
                "postalCode": "S6 2GZ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-1300409",
            "name": "Currie & Brown UK Limited (appointed to Lot 8)",
            "identifier": {
                "legalName": "Currie & Brown UK Limited (appointed to Lot 8)",
                "id": "1300409",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "150 Holborn",
                "locality": "London",
                "region": "UKI",
                "postalCode": "EC1N 2NS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-2054159",
            "name": "Curtins Consulting Limited (appointed to Lot 6)",
            "identifier": {
                "legalName": "Curtins Consulting Limited (appointed to Lot 6)",
                "id": "2054159",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "51-55 Tithebarn Street",
                "locality": "Liverpool",
                "region": "UKD72",
                "postalCode": "LS 2SB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-06617944",
            "name": "DarntonB3 Limited (appointed to Lot 4)",
            "identifier": {
                "legalName": "DarntonB3 Limited (appointed to Lot 4)",
                "id": "06617944",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "4th Floor, 10 South Parade,",
                "locality": "Leeds",
                "region": "UKE42",
                "postalCode": "LS1 5QS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-06780221",
            "name": "DKP Consulting Limited (appointed to Lot 5)",
            "identifier": {
                "legalName": "DKP Consulting Limited (appointed to Lot 5)",
                "id": "06780221",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "55-57 Burn Bridge Road",
                "locality": "Harrogate",
                "region": "UKE",
                "postalCode": "HG3 1PB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-OC336029",
            "name": "Gotch Saunders & Surridge LLP t/a GSSArchitecture (appointed to Lot 4)",
            "identifier": {
                "legalName": "Gotch Saunders & Surridge LLP t/a GSSArchitecture (appointed to Lot 4)",
                "id": "OC336029",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "35 Headlands",
                "locality": "Kettering",
                "region": "UKF2",
                "postalCode": "NN15 7ES",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-1336844",
            "name": "HaskoningDHV UK Ltd. (appointed to Lot 11)",
            "identifier": {
                "legalName": "HaskoningDHV UK Ltd. (appointed to Lot 11)",
                "id": "1336844",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Westpoint, Peterborough Business Park, Lynch Wood,",
                "locality": "Peterborough",
                "region": "UKH11",
                "postalCode": "PE2 6FZ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-03118932",
            "name": "Hydrock Consultants Limited (appointed to Lot 2)",
            "identifier": {
                "legalName": "Hydrock Consultants Limited (appointed to Lot 2)",
                "id": "03118932",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Over Court Barns, Over Lane, Almondsbury,",
                "locality": "Bristol",
                "region": "UKK11",
                "postalCode": "BS32 4DF",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-5416411",
            "name": "Identity Consult Limited (appointed to Lots 5 and 9)",
            "identifier": {
                "legalName": "Identity Consult Limited (appointed to Lots 5 and 9)",
                "id": "5416411",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "6 Pickersgill Court, Quay West Business Village,",
                "locality": "Sunderland",
                "region": "UKC23",
                "postalCode": "SR5 2AQ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-08017776",
            "name": "JCP Consulting Engineers Ltd (appointed to Lot 7)",
            "identifier": {
                "legalName": "JCP Consulting Engineers Ltd (appointed to Lot 7)",
                "id": "08017776",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "1-2 Brenkley Way, Seaton Burn,",
                "locality": "Newcastle upon Tyne",
                "region": "UKC",
                "postalCode": "NE13 6DS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-03246693",
            "name": "Jeremy Benn Associates Limited (appointed to Lot 10)",
            "identifier": {
                "legalName": "Jeremy Benn Associates Limited (appointed to Lot 10)",
                "id": "03246693",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "1 Broughton Park, Old Lane North, Broughton,",
                "locality": "Skipton",
                "region": "UKE",
                "postalCode": "BD23 3FD",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-03679828",
            "name": "Kier Business Services Limited (also known as Kier Design and Business Services - \"DaBS\") (appointed to Lots 4, 5, 8 and 9)",
            "identifier": {
                "legalName": "Kier Business Services Limited (also known as Kier Design and Business Services - \"DaBS\") (appointed to Lots 4, 5, 8 and 9)",
                "id": "03679828",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "2nd Floor, Optimum House, Clippers Quay,",
                "locality": "Salford",
                "region": "UKD",
                "postalCode": "M50 3XP",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-2549296",
            "name": "Land Use Consultants Ltd (LUC) (appointed to Lot 10)",
            "identifier": {
                "legalName": "Land Use Consultants Ltd (LUC) (appointed to Lot 10)",
                "id": "2549296",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "250 Waterloo Road",
                "locality": "London",
                "region": "UKI",
                "postalCode": "SE1 8RD",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-138846",
            "name": "Langtry-Langton Architects (appointed to Lot 4)",
            "identifier": {
                "legalName": "Langtry-Langton Architects (appointed to Lot 4)",
                "noIdentifierRationale": "partnership"
            },
            "address": {
                "streetAddress": "8 Oak Mount",
                "locality": "Bradford",
                "region": "UKE41",
                "postalCode": "BD8 7BD",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-05295328",
            "name": "Local Transport Projects Limited (appointed to Lot 2)",
            "identifier": {
                "legalName": "Local Transport Projects Limited (appointed to Lot 2)",
                "id": "05295328",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "650 Anlaby Road",
                "locality": "Hull",
                "region": "UKE11",
                "postalCode": "HU3 6UU",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-2537113",
            "name": "Mason Clark Associates Ltd (appointed to Lots 1, 3, 6, 8, 9 and 12)",
            "identifier": {
                "legalName": "Mason Clark Associates Ltd (appointed to Lots 1, 3, 6, 8, 9 and 12)",
                "id": "2537113",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Church House, 44 Newland Park,",
                "locality": "Hull",
                "region": "UKE11",
                "postalCode": "HU5 2DW",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-1243967",
            "name": "Mott Macdonald Limited (appointed to Lots 3, 4, 7, 10 and 11)",
            "identifier": {
                "legalName": "Mott Macdonald Limited (appointed to Lots 3, 4, 7, 10 and 11)",
                "id": "1243967",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Mott MacDonald House, 8-10 Sydenham Road,",
                "locality": "Croydon",
                "region": "UKI",
                "postalCode": "CR0 2EE",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-07388211",
            "name": "NORR Consultants Limited (appointed to Lots 3 and 4)",
            "identifier": {
                "legalName": "NORR Consultants Limited (appointed to Lots 3 and 4)",
                "id": "07388211",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "8th Floor, Percy House,",
                "locality": "Newcastle upon Tyne",
                "region": "UKC",
                "postalCode": "NE1 4PW",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-1312453",
            "name": "Ove Arup and Partners Ltd (appointed to Lots 1, 2, 6, 7, 10, 11 and 12)",
            "identifier": {
                "legalName": "Ove Arup and Partners Ltd (appointed to Lots 1, 2, 6, 7, 10, 11 and 12)",
                "id": "1312453",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "8 Fitzroy Street",
                "locality": "London",
                "region": "UKI",
                "postalCode": "W1T 4BJ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-1777946",
            "name": "Pell Frischmann Consultants Ltd. (appointed to Lots 1, 2 and 12)",
            "identifier": {
                "legalName": "Pell Frischmann Consultants Ltd. (appointed to Lots 1, 2 and 12)",
                "id": "1777946",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "5th Floor, 85 Strand,",
                "locality": "London",
                "region": "UKI",
                "postalCode": "WC2R 0DW",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-03659970",
            "name": "Ramboll UK&I Limited (appointed to Lot 2)",
            "identifier": {
                "legalName": "Ramboll UK&I Limited (appointed to Lot 2)",
                "id": "03659970",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "240 Blackfriars Road",
                "locality": "London",
                "region": "UKI",
                "postalCode": "SE1 8NW",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-4653580",
            "name": "Rider Levett Bucknall UK Ltd (appointed to Lots 3, 5, 8 and 9)",
            "identifier": {
                "legalName": "Rider Levett Bucknall UK Ltd (appointed to Lots 3, 5, 8 and 9)",
                "id": "4653580",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "15 Colmore Row",
                "locality": "Birmingham",
                "region": "UKG31",
                "postalCode": "B3 2BH",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-OC309402",
            "name": "Ridge and Partners LLP (appointed to Lot 3)",
            "identifier": {
                "legalName": "Ridge and Partners LLP (appointed to Lot 3)",
                "id": "OC309402",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "The Cowyards, Blenheim Park, Oxford Road,",
                "locality": "Woodstock",
                "region": "UKJ14",
                "postalCode": "OX20 1QR",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-07159352",
            "name": "RPP Limited trading as Rex Procter and Partners (appointed to Lots 5, 8 and 9)",
            "identifier": {
                "legalName": "RPP Limited trading as Rex Procter and Partners (appointed to Lots 5, 8 and 9)",
                "id": "07159352",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "First Floor, Riverside West, Whitehall Road,",
                "locality": "Leeds",
                "region": "UKE42",
                "postalCode": "LS1 4AW",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-01470149",
            "name": "RPS Consulting Services Limited (appointed to Lot 1)",
            "identifier": {
                "legalName": "RPS Consulting Services Limited (appointed to Lot 1)",
                "id": "01470149",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "20 Western Avenue, Milton Park,",
                "locality": "Abingdon",
                "region": "UKJ1",
                "postalCode": "OX14 4SH",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-SC115530",
            "name": "RSK Environment Limited (appointed to Lot 1)",
            "identifier": {
                "legalName": "RSK Environment Limited (appointed to Lot 1)",
                "id": "SC115530",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "65 Sussex Street",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G41 1DX",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-2280509",
            "name": "Services Design Associates Ltd (appointed to Lot 7)",
            "identifier": {
                "legalName": "Services Design Associates Ltd (appointed to Lot 7)",
                "id": "2280509",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Unit 1, Acres Hill Business Park, Acres Hill Lane,",
                "locality": "Sheffield",
                "region": "UKE32",
                "postalCode": "S12 4SD",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-4354672",
            "name": "Sum Ltd (appointed to Lot 5)",
            "identifier": {
                "legalName": "Sum Ltd (appointed to Lot 5)",
                "id": "4354672",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "1 Park Row",
                "locality": "Leeds",
                "region": "UKE42",
                "postalCode": "LS1 5HN",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-03383212",
            "name": "SYSTRA LIMITED (appointed to Lots 2 and 12)",
            "identifier": {
                "legalName": "SYSTRA LIMITED (appointed to Lots 2 and 12)",
                "id": "03383212",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "3rd Floor, One Carey Lane,",
                "locality": "London",
                "region": "UKI",
                "postalCode": "EC2V 8AE",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-2165592",
            "name": "Turner & Townsend Project Management Limited (appointed to Lots 3, 5 and 9)",
            "identifier": {
                "legalName": "Turner & Townsend Project Management Limited (appointed to Lots 3, 5 and 9)",
                "id": "2165592",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Low Hall, Calverley Lane, Horsforth,",
                "locality": "Leeds",
                "region": "UKE42",
                "postalCode": "LS18 4GH",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-03269195",
            "name": "Waterman Infrastructure & Environment Ltd (appointed to Lots 1 and 12)",
            "identifier": {
                "legalName": "Waterman Infrastructure & Environment Ltd (appointed to Lots 1 and 12)",
                "id": "03269195",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "2nd Floor, Victoria Wharf, 4 The Embankment, Sovereign Street,",
                "locality": "Leeds",
                "region": "UKE42",
                "postalCode": "LS1 4BA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-02603960",
            "name": "Wilde Consultants Ltd (appointed to Lot 1)",
            "identifier": {
                "legalName": "Wilde Consultants Ltd (appointed to Lot 1)",
                "id": "02603960",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Brindley Lodge, Adcroft Street,",
                "locality": "Stockport",
                "region": "UKD6",
                "postalCode": "SK1 3HS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-OC308323",
            "name": "Wm. Saunders Partnership LLP (trading as William Saunders) (appointed to Lot 6)",
            "identifier": {
                "legalName": "Wm. Saunders Partnership LLP (trading as William Saunders) (appointed to Lot 6)",
                "id": "OC308323",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Ossington Chambers, 6-8 Castle Gate,",
                "locality": "Newark",
                "region": "UKF1",
                "postalCode": "NG24 1AX",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-01383511",
            "name": "WSP UK Ltd (appointed to Lot 1, 2, 6, 7, 11 and 12)",
            "identifier": {
                "legalName": "WSP UK Ltd (appointed to Lot 1, 2, 6, 7, 11 and 12)",
                "id": "01383511",
                "scheme": "GB-COH"
            },
            "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-138847",
            "name": "East Riding of Yorkshire Council",
            "identifier": {
                "legalName": "East Riding of Yorkshire Council"
            },
            "address": {
                "streetAddress": "County Hall, Cross Street,",
                "locality": "Beverley",
                "postalCode": "HU17 9BA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-75640",
        "name": "East Riding of Yorkshire Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "006407-2025-CM182-1",
            "title": "YORconsult3 Consultants Framework Agreement",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-01846493",
                    "name": "AECOM Limited (appointed to Lots 2, 10 and 11)"
                },
                {
                    "id": "GB-COH-1988349",
                    "name": "Alan Wood Partnership Limited (appointed to Lots 6, 8, 9 and 12)"
                },
                {
                    "id": "GB-COH-10385861",
                    "name": "Align Property Partners (appointed to Lots 3 and 7)"
                },
                {
                    "id": "GB-COH-01922327",
                    "name": "Amey OW Limited (appointed to Lots 1 and 12)"
                },
                {
                    "id": "GB-COH-02212959",
                    "name": "Arcadis Consulting (UK) Limited (appointed to Lots 3 and 10)"
                },
                {
                    "id": "GB-COH-15293767",
                    "name": "Associated Architects (appointed to Lot 4)"
                },
                {
                    "id": "GB-COH-688424",
                    "name": "AtkinsRealis UK Limited (appointed to Lots 3, 5, 6, 7, 8, 9, 10 and 11)"
                },
                {
                    "id": "GB-COH-06256571",
                    "name": "Baker Hicks Limited (appointed to Lots 1 and 4)"
                },
                {
                    "id": "GB-COH-05265863",
                    "name": "BWB Consulting Ltd (appointed to Lots 6 and 7)"
                },
                {
                    "id": "GB-COH-04345297",
                    "name": "Castle Owen Construction & Property Consultants Limited (appointed to Lot 8)"
                },
                {
                    "id": "GB-COH-1300409",
                    "name": "Currie & Brown UK Limited (appointed to Lot 8)"
                },
                {
                    "id": "GB-COH-2054159",
                    "name": "Curtins Consulting Limited (appointed to Lot 6)"
                },
                {
                    "id": "GB-COH-06617944",
                    "name": "DarntonB3 Limited (appointed to Lot 4)"
                },
                {
                    "id": "GB-COH-06780221",
                    "name": "DKP Consulting Limited (appointed to Lot 5)"
                },
                {
                    "id": "GB-COH-OC336029",
                    "name": "Gotch Saunders & Surridge LLP t/a GSSArchitecture (appointed to Lot 4)"
                },
                {
                    "id": "GB-COH-1336844",
                    "name": "HaskoningDHV UK Ltd. (appointed to Lot 11)"
                },
                {
                    "id": "GB-COH-03118932",
                    "name": "Hydrock Consultants Limited (appointed to Lot 2)"
                },
                {
                    "id": "GB-COH-5416411",
                    "name": "Identity Consult Limited (appointed to Lots 5 and 9)"
                },
                {
                    "id": "GB-COH-08017776",
                    "name": "JCP Consulting Engineers Ltd (appointed to Lot 7)"
                },
                {
                    "id": "GB-COH-03246693",
                    "name": "Jeremy Benn Associates Limited (appointed to Lot 10)"
                },
                {
                    "id": "GB-COH-03679828",
                    "name": "Kier Business Services Limited (also known as Kier Design and Business Services - \"DaBS\") (appointed to Lots 4, 5, 8 and 9)"
                },
                {
                    "id": "GB-COH-2549296",
                    "name": "Land Use Consultants Ltd (LUC) (appointed to Lot 10)"
                },
                {
                    "id": "GB-FTS-138846",
                    "name": "Langtry-Langton Architects (appointed to Lot 4)"
                },
                {
                    "id": "GB-COH-05295328",
                    "name": "Local Transport Projects Limited (appointed to Lot 2)"
                },
                {
                    "id": "GB-COH-2537113",
                    "name": "Mason Clark Associates Ltd (appointed to Lots 1, 3, 6, 8, 9 and 12)"
                },
                {
                    "id": "GB-COH-1243967",
                    "name": "Mott Macdonald Limited (appointed to Lots 3, 4, 7, 10 and 11)"
                },
                {
                    "id": "GB-COH-07388211",
                    "name": "NORR Consultants Limited (appointed to Lots 3 and 4)"
                },
                {
                    "id": "GB-COH-1312453",
                    "name": "Ove Arup and Partners Ltd (appointed to Lots 1, 2, 6, 7, 10, 11 and 12)"
                },
                {
                    "id": "GB-COH-1777946",
                    "name": "Pell Frischmann Consultants Ltd. (appointed to Lots 1, 2 and 12)"
                },
                {
                    "id": "GB-COH-03659970",
                    "name": "Ramboll UK&I Limited (appointed to Lot 2)"
                },
                {
                    "id": "GB-COH-4653580",
                    "name": "Rider Levett Bucknall UK Ltd (appointed to Lots 3, 5, 8 and 9)"
                },
                {
                    "id": "GB-COH-OC309402",
                    "name": "Ridge and Partners LLP (appointed to Lot 3)"
                },
                {
                    "id": "GB-COH-07159352",
                    "name": "RPP Limited trading as Rex Procter and Partners (appointed to Lots 5, 8 and 9)"
                },
                {
                    "id": "GB-COH-01470149",
                    "name": "RPS Consulting Services Limited (appointed to Lot 1)"
                },
                {
                    "id": "GB-COH-SC115530",
                    "name": "RSK Environment Limited (appointed to Lot 1)"
                },
                {
                    "id": "GB-COH-2280509",
                    "name": "Services Design Associates Ltd (appointed to Lot 7)"
                },
                {
                    "id": "GB-COH-4354672",
                    "name": "Sum Ltd (appointed to Lot 5)"
                },
                {
                    "id": "GB-COH-03383212",
                    "name": "SYSTRA LIMITED (appointed to Lots 2 and 12)"
                },
                {
                    "id": "GB-COH-2165592",
                    "name": "Turner & Townsend Project Management Limited (appointed to Lots 3, 5 and 9)"
                },
                {
                    "id": "GB-COH-03269195",
                    "name": "Waterman Infrastructure & Environment Ltd (appointed to Lots 1 and 12)"
                },
                {
                    "id": "GB-COH-02603960",
                    "name": "Wilde Consultants Ltd (appointed to Lot 1)"
                },
                {
                    "id": "GB-COH-OC308323",
                    "name": "Wm. Saunders Partnership LLP (trading as William Saunders) (appointed to Lot 6)"
                },
                {
                    "id": "GB-COH-01383511",
                    "name": "WSP UK Ltd (appointed to Lot 1, 2, 6, 7, 11 and 12)"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "006407-2025-CM182-1",
            "awardID": "006407-2025-CM182-1",
            "title": "YORconsult3 Consultants Framework Agreement",
            "status": "active",
            "value": {
                "amount": 152000000,
                "currency": "GBP"
            },
            "dateSigned": "2025-01-08T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "3",
                "measure": "bids",
                "value": 84
            },
            {
                "id": "4",
                "measure": "electronicBids",
                "value": 84
            }
        ]
    }
}