Tender

Professional Services Framework

WEALDEN DISTRICT COUNCIL

This public procurement record has 2 releases in its history.

TenderUpdate

30 Jan 2025 at 14:50

Tender

23 Jan 2025 at 17:51

Summary of the contracting process

Wealden District Council is seeking to establish a Professional Services Framework aimed at appointing a variety of experienced consultants to support the delivery of corporate, strategic, and capital construction projects. This framework, designed to serve the district and borough councils in East Sussex, involves Wealden District Council, Rother District Council, Lewes District Council, Eastbourne Borough Council, and Hastings Borough Council. The framework encompasses a wide range of consultancy services, classified under CPV 71000000, related to architectural, construction, engineering, and inspection services, with the procurement process currently in the tender update stage. Interested parties must submit their tenders electronically by 25 February 2025, 12:00 PM. The procurement method involves a restricted procedure under the legal basis of Directive 2014/24/EU, and the total estimated value of the framework is approximately £76.5 million.

This framework presents substantial business growth opportunities for consultants in various fields, including architecture, mechanical and electrical engineering, civil and structural engineering, quantity surveying, project management, archaeological and heritage consultancy, landscape architecture, planning consultancy, transport consultancy, building surveying, ground investigation, ecological surveys, and hydrology consulting. Businesses well-suited to compete are those with expertise in the Royal Institute of British Architects (RIBA) Plan of Work, Royal Institution of Chartered Surveyors (RICS) standards, and experience in delivering consulting services across multiple construction and development phases. The diverse scope of consultancy lots allows numerous specialisations to participate, fostering significant potential for expanding business operations and establishing long-term engagements within the public sector.

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

D3 Tenders Premium

Win More Public Sector Contracts

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

Notice Title

Professional Services Framework

Notice Description

Wealden District Council are seeking to establish a framework for the appointment of professional services consultants to support the delivery of corporate, strategic and capital construction projects. The Council is looking to appoint a wide variety of experienced Consultants to the framework. This framework is targeted for use by the district and borough Councils in East Sussex: Wealden District Council, Rother District Council, Lewes District Council, Eastbourne Borough Council, and Hastings Borough Council. The framework will be divided into lots for the following consultants: (1) Architect Services, (2) Mechanical and Electrical, (3) Civil & Structural Engineers, (4) Quantity Surveyor,(5) Employers Agent Services, (6) Project Management, (7) Clerk of Works, (8) Archaeological and Heritage Consultant, (9) Landscape Architects Services, (10) Planning Consultant, (11) Transport Consultant, (12) Building Surveyors, (13) Ground Investigation, (14) Ecological Survey Services, and (15) Hydrology Consultant Services

Lot Information

Architect Services

Consultant architects will be required to provide services as described in the Royal Institute of British Architects (RIBA) Plan of Work. - RIBA stage 0/1 to help the Council determine the viability of a project. - RIBA stages 2 to 4 to develop a project in sufficient detail to issue tender documents for a build contract award. To include the role of Principle Designer (CDM & Building Safety Act). - Consultant services for RIBA stages 5 to 7, this may include novation to a design and build contractor or being retained to provide client support

Mechanical and Electrical Services Consultants

Consultant's will be required to provide M & E services to align with the Royal Institute of British Architects (RIBA) Plan of Work. - Advisory services; - Design management; - Planning, analyses and programming; - Integration; - Project administration and project management; - Technical construction management; - Validation and verification; - Status control; - Facility management; - Post occupancy evaluation; - Technical due diligence; - Field studies;

Civil and Structural Engineering

Civil and Structural Engineers are required to provide services required to progress a development project.Appointments will be based on the RIBA Plan of Work and will vary according to individual project requirements. To include but not limited to: - RIBA stage 0/1 to help the Council determine the viability of a project; - RIBA stages 2 to 4 to develop a project in sufficient detail to issue tender documents for a build contract award; - Feasibility studies; - Detailed design; - Preparation of construction drawings; - Production of tender documents; - Construction supervision and administration and final approval of the works; - Design of roads, highways and drainage schemes including hydraulic modelling and simulation of storm events, SuDS design etc; - Submission to the Highway Authority for technical approval and incorporation into the relevant sectional agreement (eg Section 38, Section 278, Section 104); - Consultant services for RIBA stages 5 to 7 may include. This may include novation to a design and build contractor or being retained to provide client support.

Quantity Surveyor Services

Consultant quantity surveyors will be required to provide cost management services in accordance with those published by the Royal Institute of Chartered Surveyors (RICS) Scope of Services (May 2022) and subsequent revisions. To include but not limited to: - General; - Enabling Works; - Health and Safety; - Project Costs; - Contracts Related Services; - Tendering and Procurement Services (based upon single and 2 stage design and build forms of JCT contracts); - Construction Phase Services; - Additional Construction Phase Services - Design and Build Contracts; - Contractual - RIBA stage 0/1 to help the Council determine the viability of a project; - RIBA stages 2 to 4 to develop a project cost plan in sufficient detail to issue tender documents for a build contract award; - Consultant services for RIBA stages 5 to 7 may varye. This may include novation to a design and build contractor or being retained to provide client QS support.

Employers Agent Services

Consultant's will be required to provide Employer's Agent services for Design and Build contracts, as described in the Royal Institute of Chartered Surveyors (RICS) Employer's Agent Scope of Services. The employer's agent may be required to provide the services of Principal Designer and fully discharge responsibilities described in the Construction Design and Management Regulations 2015.

Project Management Consultant

Consultant's will be required to provide services as described in the Royal Institute of Chartered Surveyors (RICS) Scope of Services for Project Managers, including but not limited to: - General; - Project Brief and Design; - Procurement; - Construction; - Building Information Management (BIM).

Clerk of Works

Inspecting construction work ensuring it complies with specifications and drawings. Measuring and quality checking materials used on site. Identification of defects and remedial measures. Fortnightly monitoring of progress on site and issue of reports. Maintaining detailed records of work. Referring to plans, photographic records of work together with sampling and measurement as required by the contract. Liaising with the contractors and design team. Compliance with health & safety, building regulations, legal and ecological requirements. Management of latent defects. Any further inspections, attendants and service over and above that stated in the scope of service above.

Archaeology and Heritage Consultant Services

Archaeological and Heritage Desk Based Assessment and Site Visit: known and potential archaeological and heritage (including Conservation Area and Listed Buildings) resources within the proposed development area plus an appropriate buffer to assess the immediate context; Reference to all relevant and available sources to identify heritage assets, assess their significance and the potential to identify previously unrecorded archaeological remains; Identification of the potential for impacts on and around the site on archaeological remains, undesignated built heritage, historic landscape and the potential effects on the setting of the surrounding designated heritage assets; Site visit assessment, including source information from records offices; Consultation with the County Archaeologist to determine whether additional assessments and surveys are required, and to explore the scope and timing of any such works; Consultation with Historic England, if required.

Consultant Landscape Architect

Consultant landscape architects will be required to provide services following the Royal Institute of British Architects (RIBA) Plan of Work. RIBA stages 2 to 4 - working with other members of the design team: develop landscape proposals in sufficient detail to satisfy local planning authority requirements; prepare proposals that are affordable within the cost plan; prepare tender documents for a build contract award. RIBA stages 5 to 7 - Landscape Consultant services

Planning Consultant Services

Planning Consultants are required to provide services as part of a larger design team to inform the preparation of the documentation required to gain planning permission. To include but not limited to: Planning and development advice to deliver planning permission; Strategic site promotion through the development plan making process; Preparation, negotiation and management of planning applications; Project management of the planning application process; Planning Applications; Appeals Changes of Use; Development Appraisals; Strategic Site Development Briefs; S.73 Applications; Neighbourhood Plans; Funding Bids; Design and Access Statements; Pre-Application Advice; Lawful Development Certificates; Development Plan Reps; Public Engagement.

Transport Consultant Services

The highways Consultant will be required to provide services as part of a larger design team to inform the preparation of the documentation required to gain planning permission. Including but not limited to: Transport Assessments; Transport Statements; Traffic Impact Assessments; Travel Plan Co-ordinator Role; Travel Plans; BREEAM Travel Plans; BREEAM Travel Statements; Road Safety Audits; Highway Condition Surveys; Vehicular Access Design and Swept Path Analysis (Tracking); Input to Environmental Impact Assessments.

Building Surveyors

Consultant building surveyors may be required to provide the following, not limited to, services: Condition surveys; Dilapidation surveys; Measured surveys & CAD plans;Party Wall Agreements.

Ground Investigation Services

Site survey services will be required to inform ongoing project work. Appointments will vary according to individual project requirements, but services required include, but are not limited to: Desk based site investigations to include UXO; On site intrusive ground investigations; GPR Surveys; Contamination surveys and reports.

Lot 14

Consultant ecologists will be required to provide services to assist with the assessment, recommendations and action plans required to discharge all planning conditions and to ensure a scheme's compliance with required policies, including but not limited to: Preliminary Ecological Appraisals; Stage 2 survey work; Further ecological works including scheme reviews; BNG calculations and work required to deliver BNG either onsite or offsite.

Flood Risk Assessment Services

Flood Risk Assessment: Identify and assess the flood risks associated with the proposed development; Evaluate the potential impacts of the development on local flood risk; Ensure that the development complies with the local planning authority's planning policies and relevant regulations; Propose effective flood risk management and mitigation measures. Comprehensive Report detailing: flood risk findings and proposed mitigation measures; Maps and diagrams illustrating flood risk zones, proposed development layout, and drainage solutions; A summary of compliance with the local planning authority's flood risk management policies and the National Planning Policy Framework (NPPF). Additional flood risk assessment services as necessary.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04d5e0
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/003125-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71000000 - Architectural, construction, engineering and inspection services

71200000 - Architectural and related services

71311000 - Civil engineering consultancy services

71311200 - Transport systems consultancy services

71312000 - Structural engineering consultancy services

71315000 - Building services

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

71324000 - Quantity surveying services

71351200 - Geological and geophysical consultancy services

71351500 - Ground investigation services

71351914 - Archaeological services

71353000 - Surface surveying services

71420000 - Landscape architectural services

71510000 - Site-investigation services

71530000 - Construction consultancy services

71540000 - Construction management services

71541000 - Construction project management services

Notice Value(s)

Tender Value
£76,500,000 £10M-£100M
Lots Value
£76,500,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
30 Jan 20251 years ago
Submission Deadline
25 Feb 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
WEALDEN DISTRICT COUNCIL
Contact Name
Stephen Bottomley
Contact Email
esph@wealden.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
HAILSHAM
Postcode
BN27 2AX
Post Town
Brighton
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ2 Surrey, East and West Sussex
Small Region (ITL 3)
TLJ22 East Sussex CC
Delivery Location
TLJ22 East Sussex CC

Local Authority
Wealden
Electoral Ward
Hailsham Central
Westminster Constituency
Sussex Weald

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-04d5e0-2025-01-30T14:50:00Z",
    "date": "2025-01-30T14:50:00Z",
    "ocid": "ocds-h6vhtk-04d5e0",
    "initiationType": "tender",
    "tender": {
        "id": "ESPH618",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Professional Services Framework",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71000000",
            "description": "Architectural, construction, engineering and inspection services"
        },
        "mainProcurementCategory": "services",
        "description": "Wealden District Council are seeking to establish a framework for the appointment of professional services consultants to support the delivery of corporate, strategic and capital construction projects. The Council is looking to appoint a wide variety of experienced Consultants to the framework. This framework is targeted for use by the district and borough Councils in East Sussex: Wealden District Council, Rother District Council, Lewes District Council, Eastbourne Borough Council, and Hastings Borough Council. The framework will be divided into lots for the following consultants: (1) Architect Services, (2) Mechanical and Electrical, (3) Civil & Structural Engineers, (4) Quantity Surveyor,(5) Employers Agent Services, (6) Project Management, (7) Clerk of Works, (8) Archaeological and Heritage Consultant, (9) Landscape Architects Services, (10) Planning Consultant, (11) Transport Consultant, (12) Building Surveyors, (13) Ground Investigation, (14) Ecological Survey Services, and (15) Hydrology Consultant Services",
        "value": {
            "amount": 76500000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "title": "Architect Services",
                "description": "Consultant architects will be required to provide services as described in the Royal Institute of British Architects (RIBA) Plan of Work. - RIBA stage 0/1 to help the Council determine the viability of a project. - RIBA stages 2 to 4 to develop a project in sufficient detail to issue tender documents for a build contract award. To include the role of Principle Designer (CDM & Building Safety Act). - Consultant services for RIBA stages 5 to 7, this may include novation to a design and build contractor or being retained to provide client support",
                "value": {
                    "amount": 10000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "2",
                "title": "Mechanical and Electrical Services Consultants",
                "description": "Consultant's will be required to provide M & E services to align with the Royal Institute of British Architects (RIBA) Plan of Work. - Advisory services; - Design management; - Planning, analyses and programming; - Integration; - Project administration and project management; - Technical construction management; - Validation and verification; - Status control; - Facility management; - Post occupancy evaluation; - Technical due diligence; - Field studies;",
                "value": {
                    "amount": 8000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "3",
                "title": "Civil and Structural Engineering",
                "description": "Civil and Structural Engineers are required to provide services required to progress a development project.Appointments will be based on the RIBA Plan of Work and will vary according to individual project requirements. To include but not limited to: - RIBA stage 0/1 to help the Council determine the viability of a project; - RIBA stages 2 to 4 to develop a project in sufficient detail to issue tender documents for a build contract award; - Feasibility studies; - Detailed design; - Preparation of construction drawings; - Production of tender documents; - Construction supervision and administration and final approval of the works; - Design of roads, highways and drainage schemes including hydraulic modelling and simulation of storm events, SuDS design etc; - Submission to the Highway Authority for technical approval and incorporation into the relevant sectional agreement (eg Section 38, Section 278, Section 104); - Consultant services for RIBA stages 5 to 7 may include. This may include novation to a design and build contractor or being retained to provide client support.",
                "value": {
                    "amount": 8000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "4",
                "title": "Quantity Surveyor Services",
                "description": "Consultant quantity surveyors will be required to provide cost management services in accordance with those published by the Royal Institute of Chartered Surveyors (RICS) Scope of Services (May 2022) and subsequent revisions. To include but not limited to: - General; - Enabling Works; - Health and Safety; - Project Costs; - Contracts Related Services; - Tendering and Procurement Services (based upon single and 2 stage design and build forms of JCT contracts); - Construction Phase Services; - Additional Construction Phase Services - Design and Build Contracts; - Contractual - RIBA stage 0/1 to help the Council determine the viability of a project; - RIBA stages 2 to 4 to develop a project cost plan in sufficient detail to issue tender documents for a build contract award; - Consultant services for RIBA stages 5 to 7 may varye. This may include novation to a design and build contractor or being retained to provide client QS support.",
                "value": {
                    "amount": 6000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "5",
                "title": "Employers Agent Services",
                "description": "Consultant's will be required to provide Employer's Agent services for Design and Build contracts, as described in the Royal Institute of Chartered Surveyors (RICS) Employer's Agent Scope of Services. The employer's agent may be required to provide the services of Principal Designer and fully discharge responsibilities described in the Construction Design and Management Regulations 2015.",
                "value": {
                    "amount": 6000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "6",
                "title": "Project Management Consultant",
                "description": "Consultant's will be required to provide services as described in the Royal Institute of Chartered Surveyors (RICS) Scope of Services for Project Managers, including but not limited to: - General; - Project Brief and Design; - Procurement; - Construction; - Building Information Management (BIM).",
                "value": {
                    "amount": 7000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "7",
                "title": "Clerk of Works",
                "description": "Inspecting construction work ensuring it complies with specifications and drawings. Measuring and quality checking materials used on site. Identification of defects and remedial measures. Fortnightly monitoring of progress on site and issue of reports. Maintaining detailed records of work. Referring to plans, photographic records of work together with sampling and measurement as required by the contract. Liaising with the contractors and design team. Compliance with health & safety, building regulations, legal and ecological requirements. Management of latent defects. Any further inspections, attendants and service over and above that stated in the scope of service above.",
                "value": {
                    "amount": 4500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "8",
                "title": "Archaeology and Heritage Consultant Services",
                "description": "Archaeological and Heritage Desk Based Assessment and Site Visit: known and potential archaeological and heritage (including Conservation Area and Listed Buildings) resources within the proposed development area plus an appropriate buffer to assess the immediate context; Reference to all relevant and available sources to identify heritage assets, assess their significance and the potential to identify previously unrecorded archaeological remains; Identification of the potential for impacts on and around the site on archaeological remains, undesignated built heritage, historic landscape and the potential effects on the setting of the surrounding designated heritage assets; Site visit assessment, including source information from records offices; Consultation with the County Archaeologist to determine whether additional assessments and surveys are required, and to explore the scope and timing of any such works; Consultation with Historic England, if required.",
                "value": {
                    "amount": 2500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "9",
                "title": "Consultant Landscape Architect",
                "description": "Consultant landscape architects will be required to provide services following the Royal Institute of British Architects (RIBA) Plan of Work. RIBA stages 2 to 4 - working with other members of the design team: develop landscape proposals in sufficient detail to satisfy local planning authority requirements; prepare proposals that are affordable within the cost plan; prepare tender documents for a build contract award. RIBA stages 5 to 7 - Landscape Consultant services",
                "value": {
                    "amount": 4000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "10",
                "title": "Planning Consultant Services",
                "description": "Planning Consultants are required to provide services as part of a larger design team to inform the preparation of the documentation required to gain planning permission. To include but not limited to: Planning and development advice to deliver planning permission; Strategic site promotion through the development plan making process; Preparation, negotiation and management of planning applications; Project management of the planning application process; Planning Applications; Appeals Changes of Use; Development Appraisals; Strategic Site Development Briefs; S.73 Applications; Neighbourhood Plans; Funding Bids; Design and Access Statements; Pre-Application Advice; Lawful Development Certificates; Development Plan Reps; Public Engagement.",
                "value": {
                    "amount": 4000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "11",
                "title": "Transport Consultant Services",
                "description": "The highways Consultant will be required to provide services as part of a larger design team to inform the preparation of the documentation required to gain planning permission. Including but not limited to: Transport Assessments; Transport Statements; Traffic Impact Assessments; Travel Plan Co-ordinator Role; Travel Plans; BREEAM Travel Plans; BREEAM Travel Statements; Road Safety Audits; Highway Condition Surveys; Vehicular Access Design and Swept Path Analysis (Tracking); Input to Environmental Impact Assessments.",
                "value": {
                    "amount": 5000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "12",
                "title": "Building Surveyors",
                "description": "Consultant building surveyors may be required to provide the following, not limited to, services: Condition surveys; Dilapidation surveys; Measured surveys & CAD plans;Party Wall Agreements.",
                "value": {
                    "amount": 3000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "13",
                "title": "Ground Investigation Services",
                "description": "Site survey services will be required to inform ongoing project work. Appointments will vary according to individual project requirements, but services required include, but are not limited to: Desk based site investigations to include UXO; On site intrusive ground investigations; GPR Surveys; Contamination surveys and reports.",
                "value": {
                    "amount": 3000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "14",
                "description": "Consultant ecologists will be required to provide services to assist with the assessment, recommendations and action plans required to discharge all planning conditions and to ensure a scheme's compliance with required policies, including but not limited to: Preliminary Ecological Appraisals; Stage 2 survey work; Further ecological works including scheme reviews; BNG calculations and work required to deliver BNG either onsite or offsite.",
                "value": {
                    "amount": 3000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "15",
                "title": "Flood Risk Assessment Services",
                "description": "Flood Risk Assessment: Identify and assess the flood risks associated with the proposed development; Evaluate the potential impacts of the development on local flood risk; Ensure that the development complies with the local planning authority's planning policies and relevant regulations; Propose effective flood risk management and mitigation measures. Comprehensive Report detailing: flood risk findings and proposed mitigation measures; Maps and diagrams illustrating flood risk zones, proposed development layout, and drainage solutions; A summary of compliance with the local planning authority's flood risk management policies and the National Planning Policy Framework (NPPF). Additional flood risk assessment services as necessary.",
                "value": {
                    "amount": 2500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71200000",
                        "description": "Architectural and related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ22"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71321000",
                        "description": "Engineering design services for mechanical and electrical installations for buildings"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ22"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71312000",
                        "description": "Structural engineering consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ22"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71324000",
                        "description": "Quantity surveying services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ22"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71530000",
                        "description": "Construction consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71540000",
                        "description": "Construction management services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ22"
                    }
                ],
                "relatedLot": "5"
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71541000",
                        "description": "Construction project management services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ22"
                    }
                ],
                "relatedLot": "6"
            },
            {
                "id": "7",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71540000",
                        "description": "Construction management services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ22"
                    }
                ],
                "relatedLot": "7"
            },
            {
                "id": "8",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71351914",
                        "description": "Archaeological services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71510000",
                        "description": "Site-investigation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ22"
                    }
                ],
                "relatedLot": "8"
            },
            {
                "id": "9",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71420000",
                        "description": "Landscape architectural services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ22"
                    }
                ],
                "relatedLot": "9"
            },
            {
                "id": "10",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71530000",
                        "description": "Construction consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ22"
                    }
                ],
                "relatedLot": "10"
            },
            {
                "id": "11",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71311200",
                        "description": "Transport systems consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ22"
                    }
                ],
                "relatedLot": "11"
            },
            {
                "id": "12",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71315000",
                        "description": "Building services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ22"
                    }
                ],
                "relatedLot": "12"
            },
            {
                "id": "13",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71351500",
                        "description": "Ground investigation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ22"
                    }
                ],
                "relatedLot": "13"
            },
            {
                "id": "14",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71351200",
                        "description": "Geological and geophysical consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ22"
                    }
                ],
                "relatedLot": "14"
            },
            {
                "id": "15",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71353000",
                        "description": "Surface surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71510000",
                        "description": "Site-investigation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71530000",
                        "description": "Construction consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ22"
                    }
                ],
                "relatedLot": "15"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.sesharedservices.org.uk/esourcing",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "As per the tender documentation.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-02-25T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "The procurement documents are available for unrestricted and full direct access, free of charge, at https://www.sesharedservices.org.uk/esourcing Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://www.sesharedservices.org.uk/esourcing"
                        },
                        "newValue": {
                            "text": "The procurement documents are available for unrestricted and full direct access, free of charge, at https://in-tendhost.co.uk/sesharedservices/aspx/ProjectManage/38234 Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://in-tendhost.co.uk/sesharedservices/aspx/ProjectManage/38234"
                        },
                        "where": {
                            "section": "I.3",
                            "label": "Communication"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-14581",
            "name": "Wealden District Council",
            "identifier": {
                "legalName": "Wealden District Council",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "Council Offices, Vicarage Lane",
                "locality": "Hailsham",
                "region": "UKJ22",
                "postalCode": "BN27 2AX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Stephen Bottomley",
                "email": "esph@wealden.gov.uk",
                "url": "https://www.sesharedservices.org.uk/esourcing"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.wealden.gov.uk/",
                "buyerProfile": "https://www.sesharedservices.org.uk/esourcing",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-38536",
            "name": "The High Court of England and Wales",
            "identifier": {
                "legalName": "The High Court of England and Wales"
            },
            "address": {
                "streetAddress": "The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-14581",
        "name": "Wealden District Council"
    },
    "language": "en"
}