Notice Information
Notice Title
Asset, Capital and Engineering Professional Services
Notice Description
To provide Professional Services to support the delivery of Thames Water's Asset and Capital Delivery programmes, which will be sourced via service packages or secondment requests. In scope services are to include engineering, commercial, environmental, programme management and asset management consultancy.
Lot Information
Multi-Disciplinary Services
To provide Thames Water with a combination of services from infrastructure and non-infrastructure engineering, environmental, commercial, assurance and programme management to support with the delivery of operational and regulated delivery targets. This lot is to be used where the scope of work does not predominantly fall within the scope of one of the other lots. Thames Water will reserve the right to split services scope or bundle servicess' scope for projects/needs at its descretion. Service packages only.
Options: Any agreement would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years.
Renewal: Professional Services may be retendered following the expiration of the framework agreement
Engineering Services & Resources (Infrastructure)To provide Thames Water with service packages or secondees to the business, to support with infrastructural engineering technical design and solution development for the delivery of operational or regulatory delivery programmes.
Options: Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years.
Renewal: Professional Services may be retendered following the expiration of the framework agreement.
Engineering Services & Resources (Non-Infrastructure)To provide Thames Water with service packages or secondees to the business, to support with non-infrastructural engineering technical design and solution development for the delivery of operational or regulatory delivery programmes.
Options: Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years
Renewal: Professional Services may be retendered following the expiration of the framework agreement
Environmental Services & ResourcesTo provide Thames Water with service packages or secondees to the business, to support with environmental services, such as (but not limited to) odour monitoring, ecological surveys, flow monitoring and drought planning for the delivery of operational or regulatory delivery programmes.
Options: Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years
Renewal: Professional Services may be retendered following the expiration of the framework agreement
Commercial and Assurance Services & ResourcesTo provide Thames Water with service packages or secondees to the business, to support with (but not limited to) target setting, value-for-money assessments, quantity surveying services and development of commercial analyses for the delivery of operational or regulatory delivery programmes
Options: Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years
Renewal: Professional Services may be retendered following the expiration of the framework agreement
Programme Management Office Services & ResourcesTo provide Thames Water with service packages or secondees to the business, to support with (but not limited to) programme management solutions, benefits management, change control and transition plans for the delivery of operational or regulatory delivery programmes
Options: Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years
Renewal: Professional Services may be retendered following the expiration of the framework agreement
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0445ad
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/036701-2024
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated procedure with prior call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
71242000 - Project and design preparation, estimation of costs
71310000 - Consultative engineering and construction services
71311300 - Infrastructure works consultancy services
71313400 - Environmental impact assessment for construction
71322100 - Quantity surveying services for civil engineering works
71541000 - Construction project management services
71800000 - Consulting services for water-supply and waste consultancy
72224000 - Project management consultancy services
79415200 - Design consultancy services
90712000 - Environmental planning
Notice Value(s)
- Tender Value
- £400,000,000 £100M-£1B
- Lots Value
- £400,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 13 Nov 20241 years ago
- Submission Deadline
- 5 Apr 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 17 Oct 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THAMES WATER UTILITIES LIMITED
- Contact Name
- Thames Water
- Contact Email
- procurement.support.centre@thameswater.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- READING
- Postcode
- RG1 8DB
- Post Town
- Reading
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ1 Berkshire, Buckinghamshire and Oxfordshire
- Small Region (ITL 3)
- TLJ16 Berkshire West
- Delivery Location
- TLH East (England), TLI London, TLJ South East (England)
-
- Local Authority
- Reading
- Electoral Ward
- Thames
- Westminster Constituency
- Reading Central
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-0445ad-2024-11-13T11:50:10Z",
"date": "2024-11-13T11:50:10Z",
"ocid": "ocds-h6vhtk-0445ad",
"description": "**** Please note this is a Contract Award Notice ****",
"initiationType": "tender",
"tender": {
"id": "FA1980",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Asset, Capital and Engineering Professional Services",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71800000",
"description": "Consulting services for water-supply and waste consultancy"
},
"mainProcurementCategory": "services",
"description": "To provide Professional Services to support the delivery of Thames Water's Asset and Capital Delivery programmes, which will be sourced via service packages or secondment requests. In scope services are to include engineering, commercial, environmental, programme management and asset management consultancy.",
"value": {
"amount": 400000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 6
},
"lots": [
{
"id": "1",
"title": "Multi-Disciplinary Services",
"description": "To provide Thames Water with a combination of services from infrastructure and non-infrastructure engineering, environmental, commercial, assurance and programme management to support with the delivery of operational and regulated delivery targets. This lot is to be used where the scope of work does not predominantly fall within the scope of one of the other lots. Thames Water will reserve the right to split services scope or bundle servicess' scope for projects/needs at its descretion. Service packages only.",
"value": {
"amount": 133000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": true,
"renewal": {
"description": "Professional Services may be retendered following the expiration of the framework agreement"
},
"secondStage": {
"minimumCandidates": 8,
"maximumCandidates": 12
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Any agreement would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years."
},
"status": "cancelled"
},
{
"id": "2",
"title": "Engineering Services & Resources (Infrastructure)",
"description": "To provide Thames Water with service packages or secondees to the business, to support with infrastructural engineering technical design and solution development for the delivery of operational or regulatory delivery programmes.",
"value": {
"amount": 53400000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": true,
"renewal": {
"description": "Professional Services may be retendered following the expiration of the framework agreement."
},
"secondStage": {
"minimumCandidates": 8,
"maximumCandidates": 12
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years."
},
"status": "cancelled"
},
{
"id": "3",
"title": "Engineering Services & Resources (Non-Infrastructure)",
"description": "To provide Thames Water with service packages or secondees to the business, to support with non-infrastructural engineering technical design and solution development for the delivery of operational or regulatory delivery programmes.",
"value": {
"amount": 53400000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": true,
"renewal": {
"description": "Professional Services may be retendered following the expiration of the framework agreement"
},
"secondStage": {
"minimumCandidates": 8,
"maximumCandidates": 12
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years"
},
"status": "cancelled"
},
{
"id": "4",
"title": "Environmental Services & Resources",
"description": "To provide Thames Water with service packages or secondees to the business, to support with environmental services, such as (but not limited to) odour monitoring, ecological surveys, flow monitoring and drought planning for the delivery of operational or regulatory delivery programmes.",
"value": {
"amount": 53400000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": true,
"renewal": {
"description": "Professional Services may be retendered following the expiration of the framework agreement"
},
"secondStage": {
"minimumCandidates": 8,
"maximumCandidates": 12
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years"
},
"status": "cancelled"
},
{
"id": "5",
"title": "Commercial and Assurance Services & Resources",
"description": "To provide Thames Water with service packages or secondees to the business, to support with (but not limited to) target setting, value-for-money assessments, quantity surveying services and development of commercial analyses for the delivery of operational or regulatory delivery programmes",
"value": {
"amount": 53400000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": true,
"renewal": {
"description": "Professional Services may be retendered following the expiration of the framework agreement"
},
"secondStage": {
"minimumCandidates": 8,
"maximumCandidates": 12
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years"
},
"status": "cancelled"
},
{
"id": "6",
"title": "Programme Management Office Services & Resources",
"description": "To provide Thames Water with service packages or secondees to the business, to support with (but not limited to) programme management solutions, benefits management, change control and transition plans for the delivery of operational or regulatory delivery programmes",
"value": {
"amount": 53400000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": true,
"renewal": {
"description": "Professional Services may be retendered following the expiration of the framework agreement"
},
"secondStage": {
"minimumCandidates": 8,
"maximumCandidates": 12
},
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": true,
"options": {
"description": "Any agreement awarded would be for an initial duration of 5 years, with options to extend annually up to a maximum overall term of 8 years"
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71800000",
"description": "Consulting services for water-supply and waste consultancy"
},
{
"scheme": "CPV",
"id": "79415200",
"description": "Design consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKH"
},
{
"region": "UKI"
},
{
"region": "UKH"
},
{
"region": "UKI"
}
],
"deliveryLocation": {
"description": "Whole of Thames Water Region"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71311300",
"description": "Infrastructure works consultancy services"
},
{
"scheme": "CPV",
"id": "71800000",
"description": "Consulting services for water-supply and waste consultancy"
}
],
"deliveryAddresses": [
{
"region": "UKH"
},
{
"region": "UKI"
},
{
"region": "UKH"
},
{
"region": "UKI"
}
],
"deliveryLocation": {
"description": "Whole of Thames Water Region"
},
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71310000",
"description": "Consultative engineering and construction services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"deliveryLocation": {
"description": "Whole of Thames Water Region"
},
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71313400",
"description": "Environmental impact assessment for construction"
},
{
"scheme": "CPV",
"id": "90712000",
"description": "Environmental planning"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"deliveryLocation": {
"description": "Whole of Thames Water Region"
},
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71242000",
"description": "Project and design preparation, estimation of costs"
},
{
"scheme": "CPV",
"id": "71322100",
"description": "Quantity surveying services for civil engineering works"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"deliveryLocation": {
"description": "Whole of Thames Water Region"
},
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71541000",
"description": "Construction project management services"
},
{
"scheme": "CPV",
"id": "72224000",
"description": "Project management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKI"
},
{
"region": "UKJ"
},
{
"region": "UKI"
},
{
"region": "UKJ"
}
],
"deliveryLocation": {
"description": "Whole of Thames Water Region"
},
"relatedLot": "6"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://thameswater.smartsourceportal.com",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"reductionCriteria": "As detailed in section VI.3 and PQQ",
"requiresStaffNamesAndQualifications": true
},
"submissionTerms": {
"depositsGuarantees": "Bonds and/or parent company guarantees of performance and financial standing may be required",
"languages": [
"en"
]
},
"contractTerms": {
"financialTerms": "Specified in Invitation to Negotiate Document",
"tendererLegalForm": "Consortia may be required to form a legal entity prior to award",
"performanceTerms": "Refer to procurement documents",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 5
}
},
"tenderPeriod": {
"endDate": "2024-04-05T12:00:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "Thames Water Utilities Limited will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Utilities Contracts Regulations 2016 (SI 2016 No 274) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).",
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2024-04-05T12:00:00+01:00"
},
"newValue": {
"date": "2024-04-08T12:00:00+01:00"
},
"where": {
"section": "IV.2.2"
}
}
],
"description": "Please note that this notice is to to provide an update that the deadline for accessing the PQQ documentation has been extended until 8th March, at 12 noon."
}
]
},
"parties": [
{
"id": "GB-COH-02366661",
"name": "THAMES WATER UTILITIES LIMITED",
"identifier": {
"legalName": "THAMES WATER UTILITIES LIMITED",
"id": "02366661",
"scheme": "GB-COH"
},
"address": {
"locality": "Reading",
"region": "UKJ11",
"postalCode": "RG1 8DB",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Thames Water",
"email": "procurement.support.centre@thameswater.co.uk",
"url": "https://www.thameswater.co.uk/about-us/our-suppliers/procurement"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.thameswater.co.uk/",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "WATER",
"description": "Water"
}
]
}
},
{
"id": "GB-FTS-3199",
"name": "Thames Water Utilities Limited",
"identifier": {
"legalName": "Thames Water Utilities Limited"
},
"address": {
"locality": "Reading",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-COH-01846493",
"name": "AECOM LIMITED",
"identifier": {
"legalName": "AECOM LIMITED",
"id": "01846493",
"scheme": "GB-COH"
},
"address": {
"locality": "LONDON",
"region": "UKI",
"postalCode": "E1 8FA",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-COH-02212959",
"name": "ARCADIS CONSULTING (UK) LIMITED",
"identifier": {
"legalName": "ARCADIS CONSULTING (UK) LIMITED",
"id": "02212959",
"scheme": "GB-COH"
},
"address": {
"locality": "LONDON",
"region": "UKI",
"postalCode": "EC3M 4BY",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-COH-03163649",
"name": "BINNIES UK LIMITED",
"identifier": {
"legalName": "BINNIES UK LIMITED",
"id": "03163649",
"scheme": "GB-COH"
},
"address": {
"locality": "REDHILL",
"region": "UKJ",
"postalCode": "RH1 1SH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-COH-00610201",
"name": "COSTAIN LIMITED",
"identifier": {
"legalName": "COSTAIN LIMITED",
"id": "00610201",
"scheme": "GB-COH"
},
"address": {
"locality": "LONDON",
"region": "UKI",
"postalCode": "EC3A 8BE",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-COH-15334213",
"name": "CPC PROJECT SERVICES LIMITED",
"identifier": {
"legalName": "CPC PROJECT SERVICES LIMITED",
"id": "15334213",
"scheme": "GB-COH"
},
"address": {
"locality": "LONDON",
"region": "UKI",
"postalCode": "EC2V 7AN",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-COH-02594504",
"name": "JACOBS U.K. LIMITED",
"identifier": {
"legalName": "JACOBS U.K. LIMITED",
"id": "02594504",
"scheme": "GB-COH"
},
"address": {
"locality": "LONDON",
"region": "UKI",
"postalCode": "SE1 2QG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-COH-1243967",
"name": "MOTT MACDONALD LIMITED",
"identifier": {
"legalName": "MOTT MACDONALD LIMITED",
"id": "1243967",
"scheme": "GB-COH"
},
"address": {
"locality": "LONDON",
"region": "UKI",
"postalCode": "EC4M 7RB",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-COH-01188070",
"name": "STANTEC UK LIMITED",
"identifier": {
"legalName": "STANTEC UK LIMITED",
"id": "01188070",
"scheme": "GB-COH"
},
"address": {
"locality": "HIGH WYCOMBE",
"region": "UKJ",
"postalCode": "HP11 1JU",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-COH-2165592",
"name": "TURNER & TOWNSEND PROJECT MANAGEMENT LIMITED",
"identifier": {
"legalName": "TURNER & TOWNSEND PROJECT MANAGEMENT LIMITED",
"id": "2165592",
"scheme": "GB-COH"
},
"address": {
"locality": "LEEDS",
"region": "UKE4",
"postalCode": "LS18 4GH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-COH-02366661",
"name": "THAMES WATER UTILITIES LIMITED"
},
"language": "en",
"awards": [
{
"id": "036701-2024-FA1980-1",
"title": "Multi-Disciplinary Services / Engineering Services & Resources (Infrastructure) / Environmental Services & Resources",
"status": "active",
"suppliers": [
{
"id": "GB-COH-01846493",
"name": "AECOM LIMITED"
}
]
},
{
"id": "036701-2024-FA1980-2",
"title": "Engineering Services & Resources (Non-Infrastructure) / Commercial and Assurance Services & Resources / Programme Management Office Services & Resources",
"status": "active",
"suppliers": [
{
"id": "GB-COH-02212959",
"name": "ARCADIS CONSULTING (UK) LIMITED"
}
]
},
{
"id": "036701-2024-FA1980-3",
"title": "Multi-Disciplinary Services/Eng Services & Resources (Infra/Non-Infra)/Env Services & Resources/Commercial & Assurance Services & Resources/Programme Mgt Office Services & Resources",
"status": "active"
},
{
"id": "036701-2024-FA1980-4",
"title": "Multi-Disciplinary Services/Eng Services & Resources (Infra/Non-Infra)/Env Services & Resources",
"status": "active",
"suppliers": [
{
"id": "GB-COH-03163649",
"name": "BINNIES UK LIMITED"
}
]
},
{
"id": "036701-2024-FA1980-5",
"relatedLots": [
"6"
],
"title": "Programme Management Office Services & Resources",
"status": "active",
"suppliers": [
{
"id": "GB-COH-00610201",
"name": "COSTAIN LIMITED"
}
]
},
{
"id": "036701-2024-FA1980-6",
"relatedLots": [
"6"
],
"title": "Programme Management Office Services & Resources",
"status": "active",
"suppliers": [
{
"id": "GB-COH-15334213",
"name": "CPC PROJECT SERVICES LIMITED"
}
]
},
{
"id": "036701-2024-FA1980-7",
"title": "Multi-Disciplinary Services/Eng Services & Resources (Infra/Non-Infra)/Env Services & Resources",
"status": "active",
"suppliers": [
{
"id": "GB-COH-02594504",
"name": "JACOBS U.K. LIMITED"
}
]
},
{
"id": "036701-2024-FA1980-8",
"title": "Multi-Disciplinary Services/Eng Services & Resources (Infra/Non-Infra)/Env Services & Resources/Commercial & Assurance Services & Resources/Programme Mgt Office Services & Resources",
"status": "active",
"suppliers": [
{
"id": "GB-COH-1243967",
"name": "MOTT MACDONALD LIMITED"
}
]
},
{
"id": "036701-2024-FA1980-9",
"title": "Multi-Disciplinary Services/Eng Services & Resources (Infra/Non-Infra)/Env Services & Resources/Programme Mgt Office Services & Resources",
"status": "active",
"suppliers": [
{
"id": "GB-COH-01188070",
"name": "STANTEC UK LIMITED"
}
]
},
{
"id": "036701-2024-FA1980-10",
"title": "Commercial & Assurance Services & Resources / Programme Management Office Services & Resources",
"status": "active",
"suppliers": [
{
"id": "GB-COH-2165592",
"name": "TURNER & TOWNSEND PROJECT MANAGEMENT LIMITED"
}
]
}
],
"contracts": [
{
"id": "036701-2024-FA1980-1",
"awardID": "036701-2024-FA1980-1",
"title": "Multi-Disciplinary Services / Engineering Services & Resources (Infrastructure) / Environmental Services & Resources",
"status": "active",
"dateSigned": "2024-10-18T00:00:00+01:00"
},
{
"id": "036701-2024-FA1980-2",
"awardID": "036701-2024-FA1980-2",
"title": "Engineering Services & Resources (Non-Infrastructure) / Commercial and Assurance Services & Resources / Programme Management Office Services & Resources",
"status": "active",
"dateSigned": "2024-10-18T00:00:00+01:00"
},
{
"id": "036701-2024-FA1980-3",
"awardID": "036701-2024-FA1980-3",
"title": "Multi-Disciplinary Services/Eng Services & Resources (Infra/Non-Infra)/Env Services & Resources/Commercial & Assurance Services & Resources/Programme Mgt Office Services & Resources",
"status": "active",
"dateSigned": "2024-10-18T00:00:00+01:00"
},
{
"id": "036701-2024-FA1980-4",
"awardID": "036701-2024-FA1980-4",
"title": "Multi-Disciplinary Services/Eng Services & Resources (Infra/Non-Infra)/Env Services & Resources",
"status": "active",
"dateSigned": "2024-10-18T00:00:00+01:00"
},
{
"id": "036701-2024-FA1980-5",
"awardID": "036701-2024-FA1980-5",
"title": "Programme Management Office Services & Resources",
"status": "active",
"dateSigned": "2024-10-18T00:00:00+01:00"
},
{
"id": "036701-2024-FA1980-6",
"awardID": "036701-2024-FA1980-6",
"title": "Programme Management Office Services & Resources",
"status": "active",
"dateSigned": "2024-10-18T00:00:00+01:00"
},
{
"id": "036701-2024-FA1980-7",
"awardID": "036701-2024-FA1980-7",
"title": "Multi-Disciplinary Services/Eng Services & Resources (Infra/Non-Infra)/Env Services & Resources",
"status": "active",
"dateSigned": "2024-10-18T00:00:00+01:00"
},
{
"id": "036701-2024-FA1980-8",
"awardID": "036701-2024-FA1980-8",
"title": "Multi-Disciplinary Services/Eng Services & Resources (Infra/Non-Infra)/Env Services & Resources/Commercial & Assurance Services & Resources/Programme Mgt Office Services & Resources",
"status": "active",
"dateSigned": "2024-10-18T00:00:00+01:00"
},
{
"id": "036701-2024-FA1980-9",
"awardID": "036701-2024-FA1980-9",
"title": "Multi-Disciplinary Services/Eng Services & Resources (Infra/Non-Infra)/Env Services & Resources/Programme Mgt Office Services & Resources",
"status": "active",
"dateSigned": "2024-10-18T00:00:00+01:00"
},
{
"id": "036701-2024-FA1980-10",
"awardID": "036701-2024-FA1980-10",
"title": "Commercial & Assurance Services & Resources / Programme Management Office Services & Resources",
"status": "active",
"dateSigned": "2024-10-18T00:00:00+01:00"
}
]
}