Notice Information
Notice Title
Chelmer Waterside Residential Development Scheme in Chelmsford
Notice Description
Chelmsford City Council ("the Council") is seeking to award a development opportunity to invest in and deliver a residential-led mixed use scheme integrating new homes, ancillary leisure & commercial spaces, community facilities with vibrant public realm spaces taking full advantage of the water frontage. The site known as Chelmer Waterside comprises approximately 6.33 hectares (15.63 acres) and is formed on three land parcels at a prominent city centre location. The site is estimated to be capable of accommodating a development in the region of 770 to 1,000 new homes and the development outputs are expected to be delivered in phases. The Council requires that 35% of the total number of houses delivered across the site to be affordable homes. The Council may require the developer to offer rights of first refusal (or similar options) to acquire the affordable housing to CHP as the Council's nominated housing association purchaser. The scheme will also involve demolition works, land decontamination remediation works at a former gasworks site, delivering a car parking solution, promoting and selling developed assets as well as securing the implementation of an estate management strategy agreed with the Council. The developer will be required to deliver a comprehensive skills and training programme as part of the Council's social value requirements for this project. The estimated development value of the scheme is between PS200 to PS250 million. However, potential returns will depend on many commercial factors including (but not limited to) the performance of the developer and market conditions. Bidders should seek independent legal and commercial advice in relation to the development potential of the site and the potential value of the opportunity. This tender notice is for the award of a public contract through a competitive flexible procedure in accordance with section 20(1) and (2)(b) of the Procurement Act 2023. The development agreement is a concession contract with the delivery of works as its primary subject matter. The range of other works and services that will or may be required are indicated by the CPV codes below. The competitive flexible procedure may include negotiation at any stage. The Council reserves the right to rely on Section 24 of the Procurement Act 2023 to refine award criteria. The Council intends to shortlist up to 3 suppliers with the highest scoring Procurement Specific Questionnaire ("PSQ") responses to participate in the tender stages of the competitive flexible procedure. The 3 shortlisted suppliers will be invited participate in the dialogue and negotiation phase and then submit final tenders. The supplier with the most advantageous tender will be invited to participate in the preferred bidder stage to confirm commitments in its tender. The Council will use an online portal at https://www.delta-esourcing.com/respond/4FX69D524H ("the Portal") to make associated tender documents available to suppliers. Suppliers requesting to participate in this procurement competition are also required to submit their completed PSQs through the Portal. The following associated tender documents are being provided with the publication of this tender notice to provide further information about the procurement and are available on the Portal: Tender Notice -Procurement Specific Questionnaire ("PSQ") -Invitation to Submit Draft Solutions ("ISDS") -Memorandum of Information ("MOI") -Heads of Terms ("HoTs") -Financial Model -Redline Plan The following associated tender documents will be made available later through the Portal to bidders shortlisted to participate in the tender stages of this competitive flexible procedure: -Information regarding CHP -Development Agreement Terms -Funding arrangements with Homes England -Invitation to Submit Final Tenders ("ISFT") -Selected reports and information relating to the site will also be made available later through the Portal to bidders shortlisted to participate in the tender stages of this competitive flexible procedure. To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=973428178
Planning Information
1:1 preliminary market engagement sessions will be held from 14th April 2025 by the Council in partnership with Lambert Smith Hampton. These sessions are open to suppliers who have acquired and constructed over 200 units on a single site within the last five years-either individually or as part of a consortium-and who are interested in learning more about this opportunity at this stage. The Council reserves the right not to invite suppliers who do not meet this requirement to a 1:1 session. 1:1 sessions will be held via MS Teams (link to be provided) and will include a presentation from LSH covering the detail of the scheme and be an opportunity for suppliers to engage and respond to the Developer Engagement questions set out in the Chelmer Waterside Information Pack Pack [(available to access and download here: https://www.delta-esourcing.com/respond/3B48AQJ9MQ)] The presentation and questioning will take approximately 45 minutes. Attendees will be able to share feedback during their allocated 1:1 session or provide written responses via email to the following address: asorayapour@lsh.co.uk nparlett@lsh.co.uk wcollomosse@lsh.co.uk with responses required by April 23rd 2025. To register your interest in arranging a 1:1 session, please contact William Collomosse at wcollomossee@lsh.co.uk (copying in asorayapour@lsh.co.uk). The Council intends to accommodate a maximum of 15 1:1 sessions with interested suppliers, with slots allocated on a first-come, first-served basis. There is opportunity for an in-person meeting at LSH office (55 Wells Street, London, W1T 3PT) instead of MS Teams. If this is preferred, please make this clear when contacting William Collomosse. Suppliers which the Council cannot accommodate in a 1:1 session are welcome in any event to respond to the Developer Engagement questions set out in the Chelmer Waterside Information Pack. Responses are required in writing via email to the following addresses by April 16th 2025: asorayapour@lsh.co.uk, nparlett@lsh.co.uk and wcollomosse@lsh.co.uk. The estimated Gross Development Value (GDV) of the contract is approximately £300,000,000 (Three Hundred Million). Subject to final confirmation, the tender notice publication will be issued during May 2025 All contact should be made through the email addresses provided above and not through the Delta eSourcing portal. The Delta eSourcing portal has been setup to provide the information pack only. Any contact/information received or uploaded through the portal may not be responded too. If required, please use Delta access code: 3B48AQJ9MQ
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04fff6
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/058988-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
34 - Transport equipment and auxiliary products to transportation
45 - Construction work
51 - Installation services (except software)
65 - Public utilities
70 - Real estate services
71 - Architectural, construction, engineering and inspection services
73 - Research and development services and related consultancy services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
31158000 - Chargers
31681500 - Rechargers
34000000 - Transport equipment and auxiliary products to transportation
45000000 - Construction work
51110000 - Installation services of electrical equipment
51214000 - Installation services of parking meter equipment
65300000 - Electricity distribution and related services
70000000 - Real estate services
71200000 - Architectural and related services
71313000 - Environmental engineering consultancy services
71314300 - Energy-efficiency consultancy services
71315200 - Building consultancy services
71315300 - Building surveying services
71410000 - Urban planning services
71420000 - Landscape architectural services
71500000 - Construction-related services
73220000 - Development consultancy services
90712100 - Urban environmental development planning
90715110 - Gasworks site investigation
Notice Value(s)
- Tender Value
- £250,000,000 £100M-£1B
- Lots Value
- £250,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 23 Sep 20255 months ago
- Submission Deadline
- 3 Oct 2025Expired
- Future Notice Date
- 23 Apr 2025Expired
- Award Date
- Not specified
- Contract Period
- 9 Feb 2026 - 1 Jan 2032 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CHELMSFORD CITY COUNCIL
- Contact Name
- Emma Till
- Contact Email
- procurement@chelmsford.gov.uk
- Contact Phone
- 01245606606
Buyer Location
- Locality
- CHELMSFORD
- Postcode
- CM1 1JE
- Post Town
- Chelmsford
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH3 Essex
- Small Region (ITL 3)
- TLH36 Heart of Essex
- Delivery Location
- TLH36 Heart of Essex
-
- Local Authority
- Chelmsford
- Electoral Ward
- Marconi
- Westminster Constituency
- Chelmsford
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/058988-2025
23rd September 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/050668-2025
21st August 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/014105-2025
9th April 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/014070-2025
9th April 2025 - Preliminary market engagement notice on Find a Tender
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-04fff6-2025-09-23T16:00:39+01:00",
"date": "2025-09-23T16:00:39+01:00",
"ocid": "ocds-h6vhtk-04fff6",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PYRZ-1467-WNJW",
"name": "Chelmsford City Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PYRZ-1467-WNJW"
},
"address": {
"streetAddress": "Civic Centre",
"locality": "Chelmsford",
"postalCode": "CM1 1JE",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH36"
},
"contactPoint": {
"name": "Emma Till",
"email": "procurement@chelmsford.gov.uk",
"telephone": "01245606606"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PYRZ-1467-WNJW",
"name": "Chelmsford City Council"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "1:1 preliminary market engagement sessions will be held from 14th April 2025 by the Council in partnership with Lambert Smith Hampton. These sessions are open to suppliers who have acquired and constructed over 200 units on a single site within the last five years-either individually or as part of a consortium-and who are interested in learning more about this opportunity at this stage. The Council reserves the right not to invite suppliers who do not meet this requirement to a 1:1 session. 1:1 sessions will be held via MS Teams (link to be provided) and will include a presentation from LSH covering the detail of the scheme and be an opportunity for suppliers to engage and respond to the Developer Engagement questions set out in the Chelmer Waterside Information Pack Pack [(available to access and download here: https://www.delta-esourcing.com/respond/3B48AQJ9MQ)] The presentation and questioning will take approximately 45 minutes. Attendees will be able to share feedback during their allocated 1:1 session or provide written responses via email to the following address: asorayapour@lsh.co.uk nparlett@lsh.co.uk wcollomosse@lsh.co.uk with responses required by April 23rd 2025. To register your interest in arranging a 1:1 session, please contact William Collomosse at wcollomossee@lsh.co.uk (copying in asorayapour@lsh.co.uk). The Council intends to accommodate a maximum of 15 1:1 sessions with interested suppliers, with slots allocated on a first-come, first-served basis. There is opportunity for an in-person meeting at LSH office (55 Wells Street, London, W1T 3PT) instead of MS Teams. If this is preferred, please make this clear when contacting William Collomosse. Suppliers which the Council cannot accommodate in a 1:1 session are welcome in any event to respond to the Developer Engagement questions set out in the Chelmer Waterside Information Pack. Responses are required in writing via email to the following addresses by April 16th 2025: asorayapour@lsh.co.uk, nparlett@lsh.co.uk and wcollomosse@lsh.co.uk. The estimated Gross Development Value (GDV) of the contract is approximately PS300,000,000 (Three Hundred Million). Subject to final confirmation, the tender notice publication will be issued during May 2025 All contact should be made through the email addresses provided above and not through the Delta eSourcing portal. The Delta eSourcing portal has been setup to provide the information pack only. Any contact/information received or uploaded through the portal may not be responded too. If required, please use Delta access code: 3B48AQJ9MQ",
"dueDate": "2025-04-23T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "014070-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/014070-2025",
"datePublished": "2025-04-09T16:05:08+01:00",
"format": "text/html"
},
{
"id": "014105-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/014105-2025",
"datePublished": "2025-04-09T17:16:04+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "CCC/2025/WATERSIDE",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Chelmer Waterside Residential Development Scheme in Chelmsford",
"description": "Chelmsford City Council (\"the Council\") is seeking to award a development opportunity to invest in and deliver a residential-led mixed use scheme integrating new homes, ancillary leisure & commercial spaces, community facilities with vibrant public realm spaces taking full advantage of the water frontage. The site known as Chelmer Waterside comprises approximately 6.33 hectares (15.63 acres) and is formed on three land parcels at a prominent city centre location. The site is estimated to be capable of accommodating a development in the region of 770 to 1,000 new homes and the development outputs are expected to be delivered in phases. The Council requires that 35% of the total number of houses delivered across the site to be affordable homes. The Council may require the developer to offer rights of first refusal (or similar options) to acquire the affordable housing to CHP as the Council's nominated housing association purchaser. The scheme will also involve demolition works, land decontamination remediation works at a former gasworks site, delivering a car parking solution, promoting and selling developed assets as well as securing the implementation of an estate management strategy agreed with the Council. The developer will be required to deliver a comprehensive skills and training programme as part of the Council's social value requirements for this project. The estimated development value of the scheme is between PS200 to PS250 million. However, potential returns will depend on many commercial factors including (but not limited to) the performance of the developer and market conditions. Bidders should seek independent legal and commercial advice in relation to the development potential of the site and the potential value of the opportunity. This tender notice is for the award of a public contract through a competitive flexible procedure in accordance with section 20(1) and (2)(b) of the Procurement Act 2023. The development agreement is a concession contract with the delivery of works as its primary subject matter. The range of other works and services that will or may be required are indicated by the CPV codes below. The competitive flexible procedure may include negotiation at any stage. The Council reserves the right to rely on Section 24 of the Procurement Act 2023 to refine award criteria. The Council intends to shortlist up to 3 suppliers with the highest scoring Procurement Specific Questionnaire (\"PSQ\") responses to participate in the tender stages of the competitive flexible procedure. The 3 shortlisted suppliers will be invited participate in the dialogue and negotiation phase and then submit final tenders. The supplier with the most advantageous tender will be invited to participate in the preferred bidder stage to confirm commitments in its tender. The Council will use an online portal at https://www.delta-esourcing.com/respond/4FX69D524H (\"the Portal\") to make associated tender documents available to suppliers. Suppliers requesting to participate in this procurement competition are also required to submit their completed PSQs through the Portal. The following associated tender documents are being provided with the publication of this tender notice to provide further information about the procurement and are available on the Portal: Tender Notice -Procurement Specific Questionnaire (\"PSQ\") -Invitation to Submit Draft Solutions (\"ISDS\") -Memorandum of Information (\"MOI\") -Heads of Terms (\"HoTs\") -Financial Model -Redline Plan The following associated tender documents will be made available later through the Portal to bidders shortlisted to participate in the tender stages of this competitive flexible procedure: -Information regarding CHP -Development Agreement Terms -Funding arrangements with Homes England -Invitation to Submit Final Tenders (\"ISFT\") -Selected reports and information relating to the site will also be made available later through the Portal to bidders shortlisted to participate in the tender stages of this competitive flexible procedure. To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=973428178",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31158000",
"description": "Chargers"
},
{
"scheme": "CPV",
"id": "31681500",
"description": "Rechargers"
},
{
"scheme": "CPV",
"id": "34000000",
"description": "Transport equipment and auxiliary products to transportation"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "51110000",
"description": "Installation services of electrical equipment"
},
{
"scheme": "CPV",
"id": "51214000",
"description": "Installation services of parking meter equipment"
},
{
"scheme": "CPV",
"id": "65300000",
"description": "Electricity distribution and related services"
},
{
"scheme": "CPV",
"id": "70000000",
"description": "Real estate services"
},
{
"scheme": "CPV",
"id": "71200000",
"description": "Architectural and related services"
},
{
"scheme": "CPV",
"id": "71313000",
"description": "Environmental engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71314300",
"description": "Energy-efficiency consultancy services"
},
{
"scheme": "CPV",
"id": "71315200",
"description": "Building consultancy services"
},
{
"scheme": "CPV",
"id": "71315300",
"description": "Building surveying services"
},
{
"scheme": "CPV",
"id": "71410000",
"description": "Urban planning services"
},
{
"scheme": "CPV",
"id": "71420000",
"description": "Landscape architectural services"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
},
{
"scheme": "CPV",
"id": "73220000",
"description": "Development consultancy services"
},
{
"scheme": "CPV",
"id": "90712100",
"description": "Urban environmental development planning"
},
{
"scheme": "CPV",
"id": "90715110",
"description": "Gasworks site investigation"
}
],
"relatedLot": "1",
"deliveryAddresses": [
{
"region": "UKH36",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH36",
"country": "GB",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amountGross": 250000000,
"currency": "GBP",
"amount": 250000000
},
"mainProcurementCategory": "works",
"specialRegime": [
"concession"
],
"aboveThreshold": true,
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2026-02-09T00:00:00Z",
"endDate": "2032-01-01T23:59:59Z"
},
"status": "active",
"value": {
"amountGross": 250000000,
"currency": "GBP",
"amount": 250000000
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "High Level Scheme Concept",
"numbers": [
{
"number": 12.5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Achieving Successful Placemaking",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Integrating Proposed Uses",
"numbers": [
{
"number": 7.5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Planning Approach",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Delivery Plan and Programme",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Project Management",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Public and Stakeholder Engagement",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Total Financial Offer",
"numbers": [
{
"number": 12.5,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Assumptions and Evidence Provided",
"numbers": [
{
"number": 12.5,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Funding Proposal",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Overage Proposal",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Legal",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Please see the Procurement Specific Questionnaire (\"PSQ\") for details of the conditions of participation. The PSQ is available to download through the Portal. Suppliers wishing to apply to participate in the competitive flexible procedure must submit a completed PSQ through the Portal by 12 noon on 3rd October 2025"
},
{
"type": "technical",
"description": "Please see the Procurement Specific Questionnaire (\"PSQ\") for details of the conditions of participation. The PSQ is available to download through the Portal. Suppliers wishing to apply to participate in the competitive flexible procedure must submit a completed PSQ through the Portal by 12 noon on 3rd October 2025"
}
]
}
}
],
"status": "active",
"amendments": [
{
"id": "014105-2025",
"description": "Incorrect engagement deadline. Edited to: 23rd April 2025"
},
{
"id": "058988-2025",
"description": "The deadline of this tender opportunity has been extended to the 3rd October 2025 at 12 noon. The notice has been updated to reflect this."
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "The Council intends to shortlist up to 3 suppliers with the highest scoring Procurement Specific Questionnaire (\"PSQ\") responses to participate in the tender stages of the competitive flexible procedure. The 3 shortlisted suppliers will be invited participate in the dialogue and negotiation phase and then submit final tenders. The supplier with the most advantageous tender will be invited to participate in the preferred bidder stage to confirm commitments in its tender."
},
"coveredBy": [
"GPA",
"CPTPP"
],
"submissionMethodDetails": "https://www.delta-esourcing.com/respond/4FX69D524H",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-09-26T12:00:00+01:00",
"enquiryPeriod": {
"endDate": "2025-09-12T12:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-02-02T23:59:59Z"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "050668-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/050668-2025",
"datePublished": "2025-08-21T19:05:24+01:00",
"format": "text/html"
},
{
"id": "058988-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/058988-2025",
"datePublished": "2025-09-23T16:00:39+01:00",
"format": "text/html"
}
],
"contractTerms": {
"financialTerms": "Payment terms (UK4_137): In addition to payments being made within 30 days for valid, undisputed invoices that are not for concession contracts, utilities contracts awarded by private utilities, or contracts awarded by schools. You may also describe the processes for submitting invoices and dealing with disputed invoices:"
},
"riskDetails": "The Council considers that the following are known risks which, if they were to materialise, could prevent the satisfactory performance of the development agreement for the Council and require a subsequent modification to the public contract under paragraph 5 of Schedule 8 to the Procurement Act 2023. The known risk of hazardous substances, structural issues and ground conditions being discovered at the site could increase costs or lead to a delay in the programme that could potentially require a variation or addition to the works and/or services to satisfactorily perform the development agreement. The severity and impact of such factors may not be known until after the commencement of the development agreement, the completion of surveys or the works are underway. Chelmsford City Council is subject to the English Devolution White Paper which will lead to local government re-organisation potentially during the term of this contract. This has now moved on to proposals in the English Devolution and Community Empowerment Bill. This risk is defined as a known unknown risk as we do not yet understand the implications of that potential re-organisation.",
"tenderPeriod": {
"endDate": "2025-10-03T12:00:00+01:00"
}
},
"language": "en"
}