Award

Nuclear Energy Regulatory Justification Services Framework

DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS

This public procurement record has 2 releases in its history.

Award

13 Oct 2025 at 16:31

Tender

21 Feb 2025 at 13:03

Summary of the contracting process

The Department for Environment, Food and Rural Affairs (Defra) is overseeing the Nuclear Energy Regulatory Justification Services Framework, focusing on environmental consultancy related to nuclear energy. The procurement process is in the award stage and covers services under the CPV classification of environmental issues consultancy. This project, located across the UK, aims to deliver analysis and technical advice to inform decisions on nuclear energy technologies. The framework commenced on 1st October 2025 and will last for 60 months, with a potential extension of 18 months allowing completion of ongoing assessments. The procurement was conducted through an open procedure and anticipates several applications annually, each taking up to 19 months for assessment.

This opportunity provides substantial growth potential for businesses specialising in nuclear consultancy and technical analysis. With a framework established for up to 12 suppliers incorporating firms such as AFRY Solutions UK and TUV SUD Limited, there is room for large enterprises with expertise in nuclear technologies and environmental impact assessments. Businesses involved in technical consultancy, particularly those with experience in nuclear and environmental fields, are well-positioned to engage and expand through this framework, which also demands adherence to high-quality standards and offers an expected value of £8.65 million GBP. Firms with robust organisational structures and the capability to manage and deliver complex technical reports can significantly enhance their market presence within industry-aligned government projects.

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

Nuclear Energy Regulatory Justification Services Framework

Notice Description

The Authority has an agreement with the Department for Energy Security and Net Zero (DESNZ) to fulfil specific elements of the Justification process, as Justifying Authority for new nuclear energy technologies. The Authority's Nuclear Justification Team's role is to<br/>advise the SoS so that the SoS may determine the class or type of practice (CTP) that pertains to any application it receives from the nuclear industry and to decide whether the CTP is Justified or not. The Authority has established a framework of suppliers who have<br/>the requisite nuclear expertise to provide advice throughout the Justification process. The Authority's Nuclear Justification Team will use the services and deliverables provided by Framework Suppliers to inform its recommendations to the Secretary of State (SoS) in respect of an appropriate CTP and whether it is Justified.

Lot Information

Lot 1

The Authority's Nuclear Justification (NJ) Team will use the services and deliverables provided by Framework Suppliers to inform its recommendations to the Secretary of State (SoS) in respect of an appropriate CTP and whether it is Justified.
The Authority has established a framework of 8 (eight) suppliers that have the requisite nuclear expertise to provide the following services throughout the Justification process.
* Undertake specific analyses and provide technical advice to inform Justification decisions on new nuclear energy technologies including but not limited to:
o preparing detailed and comprehensive written reports, in an agreed manner and timeline, as required;
o presenting, explaining and discussing report findings to/with the NJ Team, statutory consultees and other stakeholders as required;
o other related analysis and technical advice as required.
* Provide ongoing technical support to the NJ Team, including but not limited to:
o providing expert knowledge, advice and support to enable interpretation and understanding of technical aspects and implications of data and information relevant to the Justification assessment process;
o providing advice on robustness of evidence, gaps in evidence and methods;
o providing access to expert bodies to approach to provide supplementary evidence where needed;
o co-authoring draft and final Decision documents with the NJ Team
o other related technical support as required.
The Framework will commence on 01/10/2025 and operate for a period of 60 months with an optional extension period of up to 18 months to permit ongoing assessments to be completed, with a maximum end date of March 2032.
The Authority anticipates a range of Justification applications over the Framework term. These are expected to form the core of the work commissioned through the Framework. There is no guarantee or commitment to the number of applications to be assessed or the timelines for applications to be received over the Framework term. Each Justification application is expected to take up to nineteen months to complete.

Options: The initial Framework term shall be 60 months with the potential for up to an 18 month extension period (exercisable by the Authority). The extension period is intended to enable the completion of assessments commenced during the initial framework term should this
become necessary. It is not anticipated that new application assessments will be commenced after the end of the initial framework term.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04e675
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/064961-2025
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

Common Procurement Vocabulary (CPV)

CPV Divisions

09 - Petroleum products, fuel, electricity and other sources of energy

45 - Construction work

71 - Architectural, construction, engineering and inspection services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

09300000 - Electricity, heating, solar and nuclear energy

45251110 - Nuclear-power station construction work

71311000 - Civil engineering consultancy services

71621000 - Technical analysis or consultancy services

90711000 - Environmental impact assessment other than for construction

90713000 - Environmental issues consultancy services

Notice Value(s)

Tender Value
£8,650,000 £1M-£10M
Lots Value
£8,650,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Oct 20254 months ago
Submission Deadline
2 May 2025Expired
Future Notice Date
Not specified
Award Date
28 Aug 20255 months ago
Contract Period
31 Jul 2025 - 31 Jul 2030 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS
Additional Buyers

DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (DEFRA NETWORK ETENDERING PORTAL)

Contact Name
Carol Caddick
Contact Email
carol.caddick@defra.gov.uk, procurement@defra.gov.uk
Contact Phone
+44 7554439010

Buyer Location

Locality
LONDON
Postcode
SW1P 4DF
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
8
Supplier Names

AFRY SOLUTIONS

ASSYSTEM ENERGY AND INFRASTRUCTURE

EGIS UK – CONSULTING AND ENGINEERING

ENERGY, SAFETY AND RISK CONSULTANTS (UK

FRAZER-NASH CONSULTANCY

PA CONSULTING SERVICES

RSK ENVIRONMENT

TUV SUD

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-04e675-2025-10-13T17:31:52+01:00",
    "date": "2025-10-13T17:31:52+01:00",
    "ocid": "ocds-h6vhtk-04e675",
    "initiationType": "tender",
    "tender": {
        "id": "C24286",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Nuclear Energy Regulatory Justification Services Framework",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "90713000",
            "description": "Environmental issues consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "The Authority has an agreement with the Department for Energy Security and Net Zero (DESNZ) to fulfil specific elements of the Justification process, as Justifying Authority for new nuclear energy technologies. The Authority's Nuclear Justification Team's role is to<br/>advise the SoS so that the SoS may determine the class or type of practice (CTP) that pertains to any application it receives from the nuclear industry and to decide whether the CTP is Justified or not. The Authority has established a framework of suppliers who have<br/>the requisite nuclear expertise to provide advice throughout the Justification process. The Authority's Nuclear Justification Team will use the services and deliverables provided by Framework Suppliers to inform its recommendations to the Secretary of State (SoS) in respect of an appropriate CTP and whether it is Justified.",
        "value": {
            "amount": 8650000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Authority's Nuclear Justification (NJ) Team will use the services and deliverables provided by Framework Suppliers to inform its recommendations to the Secretary of State (SoS) in respect of an appropriate CTP and whether it is Justified.<br/>The Authority has established a framework of 8 (eight) suppliers that have the requisite nuclear expertise to provide the following services throughout the Justification process.<br/>* Undertake specific analyses and provide technical advice to inform Justification decisions on new nuclear energy technologies including but not limited to:<br/>o preparing detailed and comprehensive written reports, in an agreed manner and timeline, as required;<br/>o presenting, explaining and discussing report findings to/with the NJ Team, statutory consultees and other stakeholders as required;<br/>o other related analysis and technical advice as required.<br/>* Provide ongoing technical support to the NJ Team, including but not limited to:<br/>o providing expert knowledge, advice and support to enable interpretation and understanding of technical aspects and implications of data and information relevant to the Justification assessment process;<br/>o providing advice on robustness of evidence, gaps in evidence and methods;<br/>o providing access to expert bodies to approach to provide supplementary evidence where needed;<br/>o co-authoring draft and final Decision documents with the NJ Team<br/>o other related technical support as required.<br/>The Framework will commence on 01/10/2025 and operate for a period of 60 months with an optional extension period of up to 18 months to permit ongoing assessments to be completed, with a maximum end date of March 2032.<br/>The Authority anticipates a range of Justification applications over the Framework term. These are expected to form the core of the work commissioned through the Framework. There is no guarantee or commitment to the number of applications to be assessed or the timelines for applications to be received over the Framework term. Each Justification application is expected to take up to nineteen months to complete.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical Skills & Capability",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "name": "Organisational Structure",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Conflict of Interest Management",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Staff Resource",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Quality Assurance",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Sustainability & Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Final Quality Weighting",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "value": {
                    "amount": 8650000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2025-08-01T00:00:00+01:00",
                    "endDate": "2030-07-31T23:59:59+01:00"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The initial Framework term shall be 60 months with the potential for up to an 18 month extension period (exercisable by the Authority). The extension period is intended to enable the completion of assessments commenced during the initial framework term should this<br/>become necessary. It is not anticipated that new application assessments will be commenced after the end of the initial framework term."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71621000",
                        "description": "Technical analysis or consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90711000",
                        "description": "Environmental impact assessment other than for construction"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45251110",
                        "description": "Nuclear-power station construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "09300000",
                        "description": "Electricity, heating, solar and nuclear energy"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "UK"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "documents": [
            {
                "id": "economic1",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical1",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "Due to national security sensitivities around the services to be procured, Framework Suppliers, including Consortium Partners and sub-contractors, shall have and maintain a physical base in the UK or have a physical base in either a World Trade Organisation Agreement on Government Procurement (WTO GPA) Member party country (set out in Schedule 1A of the Regulations), or a Treaty country that the UK has an international free trade agreement with, for the duration of the Framework term. <br/> <br/>All personnel undertaking work on the Framework, including staff employed by Consortium Partners or sub-contractors, will be required to hold National security vetting Security Check (SC) level of clearance . For more information, see UK Security Vetting guidance.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 12,
                "periodRationale": "The Authority has a five year programme of applications. It is the intention to establish the framework to cover the same time period to maintain continuity of service. The optional 18 month extension will allow the completion ongoing assessments and any further reviews of completed assessments required. No new assessments will be commissioned after the expiry of the initial framework term."
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-05-02T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2025-05-02T16:00:00+01:00"
        },
        "bidOpening": {
            "date": "2025-05-02T16:00:00+01:00"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-118855",
            "name": "DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (Defra Network eTendering Portal)",
            "identifier": {
                "legalName": "DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (Defra Network eTendering Portal)"
            },
            "address": {
                "streetAddress": "Seacole Building, 2 Marsham Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1P 4DF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Carol Caddick",
                "telephone": "+44 7554439010",
                "email": "carol.caddick@defra.gov.uk",
                "url": "https://atamis-9529.my.site.com/s/Welcome"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs",
                "buyerProfile": "https://defra-family.force.com/s/Welcome",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "05",
                        "description": "Environmental protection"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-69584",
            "name": "Public Procurement Review Body",
            "identifier": {
                "legalName": "Public Procurement Review Body"
            },
            "address": {
                "streetAddress": "N/A",
                "locality": "N/A",
                "postalCode": "N/A",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "publicprocurementreview@cabinetoffice.gov.uk"
            },
            "roles": [
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ],
            "details": {
                "url": "https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit"
            }
        },
        {
            "id": "GB-FTS-139505",
            "name": "DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS",
            "identifier": {
                "legalName": "DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS"
            },
            "address": {
                "streetAddress": "Seacole Building, 2 Marsham Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1P 4DF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Carol Caddick",
                "email": "procurement@defra.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs",
                "buyerProfile": "https://defra-family.force.com/s/Welcome",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "05",
                        "description": "Environmental protection"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-163702",
            "name": "AFRY Solutions UK",
            "identifier": {
                "legalName": "AFRY Solutions UK",
                "id": "1192469"
            },
            "address": {
                "streetAddress": "920 Birchwood Blvd",
                "locality": "Warrington",
                "region": "UK",
                "postalCode": "WA3 7QS",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "dave.taylor@afry.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-163703",
            "name": "Assystem Energy and Infrastructure",
            "identifier": {
                "legalName": "Assystem Energy and Infrastructure",
                "id": "03148098"
            },
            "address": {
                "streetAddress": "Innovation Centre, 1 Evolution Park, Haslingden Road, Blackburn, Lancashire, BB1 2FD",
                "locality": "Blackburn",
                "region": "UK",
                "postalCode": "BB1 2FD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1254927600",
                "email": "info@assystemuk.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.assystem.com/en/",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-163704",
            "name": "Egis UK - Consulting and Engineering Limited",
            "identifier": {
                "legalName": "Egis UK - Consulting and Engineering Limited",
                "id": "11475428"
            },
            "address": {
                "streetAddress": "3 Valentine Place, Southwark",
                "locality": "London",
                "region": "UK",
                "postalCode": "SE1 8QH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1254927600",
                "email": "info@assystemuk.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-163705",
            "name": "TUV SUD Limited",
            "identifier": {
                "legalName": "TUV SUD Limited",
                "id": "SC215164"
            },
            "address": {
                "streetAddress": "Napier Building, Scottish Enterprise Technology Park, East Kilbride Glasgow",
                "locality": "Glasgow",
                "region": "UK",
                "postalCode": "G75 0QF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "nt.commercial.uk@tuvsud.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-163706",
            "name": "Energy, Safety and Risk Consultants (UK) Limited",
            "identifier": {
                "legalName": "Energy, Safety and Risk Consultants (UK) Limited",
                "id": "07825532"
            },
            "address": {
                "streetAddress": "305 Bridgewater Place, Birchwood Park",
                "locality": "Warrington",
                "region": "UK",
                "postalCode": "WA3 6XF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "zeb.farooq@amentum.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-34518",
            "name": "RSK Environment Ltd",
            "identifier": {
                "legalName": "RSK Environment Ltd",
                "id": "SC115530"
            },
            "address": {
                "streetAddress": "65 Sussex Street",
                "locality": "Glasgow",
                "region": "UK",
                "postalCode": "G41 1DX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1928726006",
                "email": "publicsector@rsk.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://rskgroup.com/",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-163707",
            "name": "Frazer-Nash Consultancy Ltd",
            "identifier": {
                "legalName": "Frazer-Nash Consultancy Ltd",
                "id": "2562870"
            },
            "address": {
                "streetAddress": "Hill Park Court, Springfield Drive, Leatherhead, Surrey,",
                "locality": "Leatherhead",
                "region": "UK",
                "postalCode": "KT22 7NL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1306885050"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.fnc.co.uk",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-163708",
            "name": "PA Consulting Services Ltd",
            "identifier": {
                "legalName": "PA Consulting Services Ltd",
                "id": "414220"
            },
            "address": {
                "streetAddress": "10 Bressenden Place",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1E 5DN",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.paconsulting.com",
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-139505",
        "name": "DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS"
    },
    "language": "en",
    "awards": [
        {
            "id": "064961-2025-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-163702",
                    "name": "AFRY Solutions UK"
                }
            ]
        },
        {
            "id": "064961-2025-2",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-163703",
                    "name": "Assystem Energy and Infrastructure"
                }
            ]
        },
        {
            "id": "064961-2025-3",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-163704",
                    "name": "Egis UK - Consulting and Engineering Limited"
                }
            ]
        },
        {
            "id": "064961-2025-4",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-163705",
                    "name": "TUV SUD Limited"
                }
            ]
        },
        {
            "id": "064961-2025-5",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-163706",
                    "name": "Energy, Safety and Risk Consultants (UK) Limited"
                }
            ]
        },
        {
            "id": "064961-2025-6",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-34518",
                    "name": "RSK Environment Ltd"
                }
            ]
        },
        {
            "id": "064961-2025-7",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-163707",
                    "name": "Frazer-Nash Consultancy Ltd"
                }
            ]
        },
        {
            "id": "064961-2025-8",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-163708",
                    "name": "PA Consulting Services Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "064961-2025-1",
            "awardID": "064961-2025-1",
            "status": "active",
            "value": {
                "amount": 0.01,
                "currency": "GBP"
            },
            "dateSigned": "2025-08-29T00:00:00+01:00"
        },
        {
            "id": "064961-2025-2",
            "awardID": "064961-2025-2",
            "status": "active",
            "value": {
                "amount": 0.01,
                "currency": "GBP"
            },
            "dateSigned": "2025-08-29T00:00:00+01:00"
        },
        {
            "id": "064961-2025-3",
            "awardID": "064961-2025-3",
            "status": "active",
            "value": {
                "amount": 0.01,
                "currency": "GBP"
            },
            "dateSigned": "2025-08-29T00:00:00+01:00"
        },
        {
            "id": "064961-2025-4",
            "awardID": "064961-2025-4",
            "status": "active",
            "value": {
                "amount": 0.01,
                "currency": "GBP"
            },
            "dateSigned": "2025-08-29T00:00:00+01:00"
        },
        {
            "id": "064961-2025-5",
            "awardID": "064961-2025-5",
            "status": "active",
            "value": {
                "amount": 0.01,
                "currency": "GBP"
            },
            "dateSigned": "2025-08-29T00:00:00+01:00"
        },
        {
            "id": "064961-2025-6",
            "awardID": "064961-2025-6",
            "status": "active",
            "value": {
                "amount": 0.01,
                "currency": "GBP"
            },
            "dateSigned": "2025-08-29T00:00:00+01:00"
        },
        {
            "id": "064961-2025-7",
            "awardID": "064961-2025-7",
            "status": "active",
            "value": {
                "amount": 0.01,
                "currency": "GBP"
            },
            "dateSigned": "2025-08-29T00:00:00+01:00"
        },
        {
            "id": "064961-2025-8",
            "awardID": "064961-2025-8",
            "status": "active",
            "value": {
                "amount": 0.01,
                "currency": "GBP"
            },
            "dateSigned": "2025-08-29T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 9
            },
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "1",
                "value": 9
            },
            {
                "id": "11",
                "measure": "bids",
                "relatedLot": "1",
                "value": 9
            },
            {
                "id": "16",
                "measure": "bids",
                "relatedLot": "1",
                "value": 9
            },
            {
                "id": "21",
                "measure": "bids",
                "relatedLot": "1",
                "value": 9
            },
            {
                "id": "26",
                "measure": "bids",
                "relatedLot": "1",
                "value": 9
            },
            {
                "id": "31",
                "measure": "bids",
                "relatedLot": "1",
                "value": 9
            },
            {
                "id": "36",
                "measure": "bids",
                "relatedLot": "1",
                "value": 9
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "12",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "17",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "22",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "27",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "32",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "37",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "13",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "18",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "23",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "28",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "33",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "38",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "14",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "19",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "24",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "29",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "34",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "39",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 9
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 9
            },
            {
                "id": "15",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 9
            },
            {
                "id": "20",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 9
            },
            {
                "id": "25",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 9
            },
            {
                "id": "30",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 9
            },
            {
                "id": "35",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 9
            },
            {
                "id": "40",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 9
            }
        ]
    }
}