Tender

Scheme Delivery Framework 2

NATIONAL HIGHWAYS

This public procurement record has 2 releases in its history.

Tender

29 Sep 2025 at 09:57

Planning

16 May 2025 at 13:27

Summary of the contracting process

The procurement process initiated by National Highways, titled "Scheme Delivery Framework 2 (SDF2)," is designed to enhance and maintain the Strategic Road Network (SRN) across the United Kingdom, comprising over 4,500 miles of essential motorways and A roads. The ongoing initiative is currently at the tender stage, following an active status as of 29th September 2025. With a project value of approximately £14.5 billion, SDF2 represents a substantial commitment to the improvements of major infrastructure over an eight-year period, starting from 15th September 2027. This tender covers numerous locations across the UK, targeting a broad range of construction and maintenance activities, particularly in the construction work for highways and roads within the CPV code 45000000 category. Business stakeholders should note that the expression of interest deadline is set for 14th November 2025, with the final award slated for 1st June 2027.

This expansive framework contract, managed through the Competitive Flexible Procedure, offers promising opportunities for various types of businesses, particularly those specialising in construction, civil engineering, and maintenance services of roads and related infrastructure. Small and medium-sized enterprises (SMEs) and voluntary, community and social enterprises (VCSEs) are encouraged to participate due to its inclusive approach. The procurement process involves both open and selective methodologies, providing ample chances for innovation and long-term strategic partnerships. Suppliers capable of delivering high-quality infrastructure solutions, including innovative technologies and sustainable practices, stand to gain significantly by becoming preferred partners in this high-value, multi-lot framework agreement. The project's strategic importance and sheer scale present substantial growth potential, making it an attractive prospect for businesses aiming to leave a notable mark on the UK's transport infrastructure landscape.

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

Scheme Delivery Framework 2

Notice Description

National Highways Scheme Delivery Framework 2 (SDF2) will play a pivotal role in renewing and enhancing England's Strategic Road Network (SRN). Covering over 4,500 miles of motorways and major A roads, the SRN is a vital component of the UK's transport infrastructure, carrying a third of all traffic and two-thirds of freight. SDF2 is designed to ensure this network remains dependable, durable, and safe, while also delivering value for money. SDF2 builds on the foundations of its predecessor frameworks - the original Scheme Delivery Framework (SDF) and the Pavement Delivery Framework (PDF). With an estimated value of PS14.5 billion and a projected 8-year duration, SDF2 represents a significant investment in the future of the UK's road infrastructure. The framework will focus on renewing and maintaining existing assets, with a strong emphasis on collaboration, standardisation, and productivity. It aims to focus spending on long-term asset improvements rather than temporary fixes, while simplifying commercial models to reduce administrative burden. SDF2 will be an enabled framework to facilitate usage by Lower Thames Crossing (LTC) and Maintenance and Response (M&R) suppliers. The new framework represents a forward-looking approach by National Highways aimed at delivering high-quality, efficient infrastructure projects that align with the evolving needs of stakeholders and road users. While the SDF has facilitated numerous successful projects across the SRN, the SDF2 is expected to build on this foundation with innovations and improvements that respond to emerging demands in safety, transport and sustainability. In late 2024, National Highways held an extensive round of preliminary market engagement, consisting of six face-to-face workshops and two online events, designed to incorporate input from the supply chain. The feedback gathered at market engagement informed the development of the SDF2 strategy, and material from the events can be found here: https://highways.sharepoint.com/:f:/s/NationalHighwaysProcurement-MaterialforExternalRelease/EjbLGgLNyFFKiYPsSEatBR4BI28Sv1e4-xZToGq2cfyZ9g?e=3Tx80E For more information on the operation of SDF2, please refer to the Information Memorandum.

Lot Information

Main Contractor (National)

This Lot 1 is for more complex Work Orders for which the Client requires a single prime supplier to both deliver (via self-delivery and sub-contracts) and manage schemes which could include any or all of the scope for other Lots (excluding the design Lots), including the option to deliver scheme(s) as design & build. The Lot covers the supply of products, materials, plant, equipment and people to carry out construction, removal activities and Framework Mobilisation. The procurement procedure for this Lot will be Process 1.

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

General Civils, Drainage & Concrete (North East)

This Lot (2/NE) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: * highway drainage assets, * pipes, * ditches, * swales, * ponds, * the control and disposal of contaminated material, * associated technology works, * earthworks, * ducting, * kerbing, * footways, * rigid pavement, * retexturing of exposed concrete pavement, * site clearance, * brick, block and stonework, * piling, * temporary works required to ensure a safe method of working, * demolition, * structural steelworks, * reinforced earth abutments, * wingwalls, * retaining walls, * concrete, * asbestos removal (planned), * earthwork stabilisation, * counterfort drains, * soil nailing, * grounder anchors, * slope netting (rock and soil), * rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and * 'innovative' stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the "Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works" (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * undertaking the lead contractor role as required by any Work Order, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

General Civils, Drainage & Concrete (North West)

This Lot (2/NW) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: * highway drainage assets, * pipes, * ditches, * swales, * ponds, * the control and disposal of contaminated material, * associated technology works, * earthworks, * ducting, * kerbing, * footways, * rigid pavement, * retexturing of exposed concrete pavement, * site clearance, * brick, block and stonework, * piling, * temporary works required to ensure a safe method of working, * demolition, * structural steelworks, * reinforced earth abutments, * wingwalls, * retaining walls, * concrete, * asbestos removal (planned), * earthwork stabilisation, * counterfort drains, * soil nailing, * grounder anchors, * slope netting (rock and soil), * rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and * 'innovative' stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the "Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works" (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * undertaking the lead contractor role as required by any Work Order, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

General Civils, Drainage & Concrete (South East)

This Lot (2/SE) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: * highway drainage assets, * pipes, * ditches, * swales, * ponds, * the control and disposal of contaminated material, * associated technology works, * earthworks, * ducting, * kerbing, * footways, * rigid pavement, * retexturing of exposed concrete pavement, * site clearance, * brick, block and stonework, * piling, * temporary works required to ensure a safe method of working, * demolition, * structural steelworks, * reinforced earth abutments, * wingwalls, * retaining walls, * concrete, * asbestos removal (planned), * earthwork stabilisation, * counterfort drains, * soil nailing, * grounder anchors, * slope netting (rock and soil), * rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and * 'innovative' stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the "Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works" (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * undertaking the lead contractor role as required by any Work Order, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

General Civils, Drainage & Concrete (South West)

This Lot (2/SW) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: * highway drainage assets, * pipes, * ditches, * swales, * ponds, * the control and disposal of contaminated material, * associated technology works, * earthworks, * ducting, * kerbing, * footways, * rigid pavement, * retexturing of exposed concrete pavement, * site clearance, * brick, block and stonework, * piling, * temporary works required to ensure a safe method of working, * demolition, * structural steelworks, * reinforced earth abutments, * wingwalls, * retaining walls, * concrete, * asbestos removal (planned), * earthwork stabilisation, * counterfort drains, * soil nailing, * grounder anchors, * slope netting (rock and soil), * rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and * 'innovative' stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the "Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works" (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * undertaking the lead contractor role as required by any Work Order, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

General Civils, Drainage & Concrete (Midlands)

This Lot (2/M) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: * highway drainage assets, * pipes, * ditches, * swales, * ponds, * the control and disposal of contaminated material, * associated technology works, * earthworks, * ducting, * kerbing, * footways, * rigid pavement, * retexturing of exposed concrete pavement, * site clearance, * brick, block and stonework, * piling, * temporary works required to ensure a safe method of working, * demolition, * structural steelworks, * reinforced earth abutments, * wingwalls, * retaining walls, * concrete, * asbestos removal (planned), * earthwork stabilisation, * counterfort drains, * soil nailing, * grounder anchors, * slope netting (rock and soil), * rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and * 'innovative' stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the "Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works" (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * undertaking the lead contractor role as required by any Work Order, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

General Civils, Drainage & Concrete (East of England)

This Lot (2/E) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: * highway drainage assets, * pipes, * ditches, * swales, * ponds, * the control and disposal of contaminated material, * associated technology works, * earthworks, * ducting, * kerbing, * footways, * rigid pavement, * retexturing of exposed concrete pavement, * site clearance, * brick, block and stonework, * piling, * temporary works required to ensure a safe method of working, * demolition, * structural steelworks, * reinforced earth abutments, * wingwalls, * retaining walls, * concrete, * asbestos removal (planned), * earthwork stabilisation, * counterfort drains, * soil nailing, * grounder anchors, * slope netting (rock and soil), * rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and * 'innovative' stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the "Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works" (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * undertaking the lead contractor role as required by any Work Order, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Pavements (North East)

This Lot (3/NE) covers: * highway maintenance, renewal, small improvements and associated services for pavements and * the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities * the delivery and management of works with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * the delivery of incident response (rapid response), * pre-construction services, * early engagement, * community and * the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Pavements (North West)

This Lot (3/NW) covers: * highway maintenance, renewal, small improvements and associated services for pavements and * the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities * the delivery and management of works with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * the delivery of incident response (rapid response), * pre-construction services, * early engagement, * community and * the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Pavements (South East)

This Lot (3/SE) covers: * highway maintenance, renewal, small improvements and associated services for pavements and * the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities * the delivery and management of works with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * the delivery of incident response (rapid response), * pre-construction services, * early engagement, * community and * the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Pavements (South West)

This Lot (3/SW) covers: * highway maintenance, renewal, small improvements and associated services for pavements and * the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities * the delivery and management of works with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * the delivery of incident response (rapid response), * pre-construction services, * early engagement, * community and * the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Pavements (Midlands)

This Lot (3/M) covers: * highway maintenance, renewal, small improvements and associated services for pavements and * the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities * the delivery and management of works with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * the delivery of incident response (rapid response), * pre-construction services, * early engagement, * community and * the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Pavements (East of England)

This Lot (3/E) covers: * highway maintenance, renewal, small improvements and associated services for pavements and * the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities * the delivery and management of works with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * the delivery of incident response (rapid response), * pre-construction services, * early engagement, * community and * the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Tunnels (National)

This Lot 4 covers the supply of materials, plant, equipment and people to carry out construction, commissioning, integrated commissioning, integrated testing and removal activities within and related to road tunnels, including the option to deliver scheme(s) as design & build. Scope includes but not limited to * electrical systems, * mechanical systems, * technology systems and * design and installation of temporary works. Suppliers may be provided with specialist technology assets by the Client. Other duties This Lot also includes the following activities * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * carrying out surveys, * fault finding and diagnostics, * pre-construction services, * early engagement, * undertaking the principal designer role as required by the Client, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the delivery of incident response (rapid response), * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2.

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Technology Design (North East, North West & Midlands)

This Lot (5.1/North) covers the design of highway maintenance, renewal and small improvement and associated services with a primary focus on technology including: * structures, * landscaping, * pavements, * drainage, * traffic modelling, * traffic signals, * geometrical designs, * geotechnics, * technology, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision and * stakeholder engagement/consultation. Other duties This Lot also includes the following activities: * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out above, * carrying out surveys (intrusive and non-intrusive), * pre-construction services, * early engagement, * undertaking the principal designer role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for both Sublots within Lot 5.1 is 8

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Technology Design (South East, South West & East of England)

This Lot (5.1/South) covers the design of highway maintenance, renewal and small improvement and associated services with a primary focus on technology including: * structures, * landscaping, * pavements, * drainage, * traffic modelling, * traffic signals, * geometrical designs, * geotechnics, * technology, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision and * stakeholder engagement/consultation. Other duties This Lot also includes the following activities: * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out above, * carrying out surveys (intrusive and non-intrusive), * pre-construction services, * early engagement, * undertaking the principal designer role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for both Sublots within Lot 5.1 is 8

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Design (North East)

This Lot (5.2/NE) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: * structures, * landscaping, * pavements, * drainage, * earthworks, * traffic signals and signs, * geometrical designs, * geotechnics, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision, * stakeholder engagement/consultation * non-technology schemes that have technology design. Other duties This Lot also includes the following activities; * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out in above, * carrying out surveys (intrusive and non-intrusive), * early engagement, * design validation, * undertaking the principal designer role as required by the Client, * the management of network occupancy, * undertaking the role of technical advisor as required by the Client, * undertaking the role of independent works examiner as required by the Client, * modelling services (e.g. traffic and economic), * supporting governance submissions for both the Client and DfT, * creating business cases in line with the Treasury green book requirements, * land referencing, * planning submissions including development consent orders (DCO), * the delivery of incident response (rapid response), * demobilisation, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Design (North West)

This Lot (5.2/NW) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: * structures, * landscaping, * pavements, * drainage, * earthworks, * traffic signals and signs, * geometrical designs, * geotechnics, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision, * stakeholder engagement/consultation * non-technology schemes that have technology design. Other duties This Lot also includes the following activities; * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out in above, * carrying out surveys (intrusive and non-intrusive), * early engagement, * design validation, * undertaking the principal designer role as required by the Client, * the management of network occupancy, * undertaking the role of technical advisor as required by the Client, * undertaking the role of independent works examiner as required by the Client, * modelling services (e.g. traffic and economic), * supporting governance submissions for both the Client and DfT, * creating business cases in line with the Treasury green book requirements, * land referencing, * planning submissions including development consent orders (DCO), * the delivery of incident response (rapid response), * demobilisation, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Design (South East)

This Lot (5.2/SE) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: * structures, * landscaping, * pavements, * drainage, * earthworks, * traffic signals and signs, * geometrical designs, * geotechnics, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision, * stakeholder engagement/consultation * non-technology schemes that have technology design. Other duties This Lot also includes the following activities; * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out in above, * carrying out surveys (intrusive and non-intrusive), * early engagement, * design validation, * undertaking the principal designer role as required by the Client, * the management of network occupancy, * undertaking the role of technical advisor as required by the Client, * undertaking the role of independent works examiner as required by the Client, * modelling services (e.g. traffic and economic), * supporting governance submissions for both the Client and DfT, * creating business cases in line with the Treasury green book requirements, * land referencing, * planning submissions including development consent orders (DCO), * the delivery of incident response (rapid response), * demobilisation, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Design (South West)

This Lot (5.2/SW) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: * structures, * landscaping, * pavements, * drainage, * earthworks, * traffic signals and signs, * geometrical designs, * geotechnics, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision, * stakeholder engagement/consultation * non-technology schemes that have technology design. Other duties This Lot also includes the following activities; * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out in above, * carrying out surveys (intrusive and non-intrusive), * early engagement, * design validation, * undertaking the principal designer role as required by the Client, * the management of network occupancy, * undertaking the role of technical advisor as required by the Client, * undertaking the role of independent works examiner as required by the Client, * modelling services (e.g. traffic and economic), * supporting governance submissions for both the Client and DfT, * creating business cases in line with the Treasury green book requirements, * land referencing, * planning submissions including development consent orders (DCO), * the delivery of incident response (rapid response), * demobilisation, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Design (Midlands)

This Lot (5.2/M) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: * structures, * landscaping, * pavements, * drainage, * earthworks, * traffic signals and signs, * geometrical designs, * geotechnics, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision, * stakeholder engagement/consultation * non-technology schemes that have technology design. Other duties This Lot also includes the following activities; * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out in above, * carrying out surveys (intrusive and non-intrusive), * early engagement, * design validation, * undertaking the principal designer role as required by the Client, * the management of network occupancy, * undertaking the role of technical advisor as required by the Client, * undertaking the role of independent works examiner as required by the Client, * modelling services (e.g. traffic and economic), * supporting governance submissions for both the Client and DfT, * creating business cases in line with the Treasury green book requirements, * land referencing, * planning submissions including development consent orders (DCO), * the delivery of incident response (rapid response), * demobilisation, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Design (East of England)

This Lot (5.2/E) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: * structures, * landscaping, * pavements, * drainage, * earthworks, * traffic signals and signs, * geometrical designs, * geotechnics, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision, * stakeholder engagement/consultation * non-technology schemes that have technology design. Other duties This Lot also includes the following activities; * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out in above, * carrying out surveys (intrusive and non-intrusive), * early engagement, * design validation, * undertaking the principal designer role as required by the Client, * the management of network occupancy, * undertaking the role of technical advisor as required by the Client, * undertaking the role of independent works examiner as required by the Client, * modelling services (e.g. traffic and economic), * supporting governance submissions for both the Client and DfT, * creating business cases in line with the Treasury green book requirements, * land referencing, * planning submissions including development consent orders (DCO), * the delivery of incident response (rapid response), * demobilisation, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Traffic Management (North East)

This Lot (6/NE) covers the design, supply of materials, plant and people and equipment for the: * installation, maintenance and removal of temporary traffic management, * installation, maintenance and removal of temporary safety barrier systems, * installation, maintenance and removal of temporary speed enforcement systems, * installation, maintenance and removal of temporary CCTV systems, * management of breakdown recovery services, * installation, maintenance and removal of temporary road markings and road studs and * removal of existing road markings and road studs. Other duties This Lot also includes the following activities: * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy and * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Traffic Management (North West)

This Lot (6/NW) covers the design, supply of materials, plant and people and equipment for the: * installation, maintenance and removal of temporary traffic management, * installation, maintenance and removal of temporary safety barrier systems, * installation, maintenance and removal of temporary speed enforcement systems, * installation, maintenance and removal of temporary CCTV systems, * management of breakdown recovery services, * installation, maintenance and removal of temporary road markings and road studs and * removal of existing road markings and road studs. Other duties This Lot also includes the following activities: * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy and * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Traffic Management (South East)

This Lot (6/SE) covers the design, supply of materials, plant and people and equipment for the: * installation, maintenance and removal of temporary traffic management, * installation, maintenance and removal of temporary safety barrier systems, * installation, maintenance and removal of temporary speed enforcement systems, * installation, maintenance and removal of temporary CCTV systems, * management of breakdown recovery services, * installation, maintenance and removal of temporary road markings and road studs and * removal of existing road markings and road studs. Other duties This Lot also includes the following activities: * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy and * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Traffic Management (South West)

This Lot (6/SW) covers the design, supply of materials, plant and people and equipment for the: * installation, maintenance and removal of temporary traffic management, * installation, maintenance and removal of temporary safety barrier systems, * installation, maintenance and removal of temporary speed enforcement systems, * installation, maintenance and removal of temporary CCTV systems, * management of breakdown recovery services, * installation, maintenance and removal of temporary road markings and road studs and * removal of existing road markings and road studs. Other duties This Lot also includes the following activities: * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy and * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Traffic Management (Midlands)

This Lot (6/M) covers the design, supply of materials, plant and people and equipment for the: * installation, maintenance and removal of temporary traffic management, * installation, maintenance and removal of temporary safety barrier systems, * installation, maintenance and removal of temporary speed enforcement systems, * installation, maintenance and removal of temporary CCTV systems, * management of breakdown recovery services, * installation, maintenance and removal of temporary road markings and road studs and * removal of existing road markings and road studs. Other duties This Lot also includes the following activities: * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy and * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Traffic Management (East of England)

This Lot (6/E) covers the design, supply of materials, plant and people and equipment for the: * installation, maintenance and removal of temporary traffic management, * installation, maintenance and removal of temporary safety barrier systems, * installation, maintenance and removal of temporary speed enforcement systems, * installation, maintenance and removal of temporary CCTV systems, * management of breakdown recovery services, * installation, maintenance and removal of temporary road markings and road studs and * removal of existing road markings and road studs. Other duties This Lot also includes the following activities: * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy and * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Structures (North East)

This Lot (7/NE) covers the supply of materials, plant and people for the: * installation of temporary works, * application of maintenance painting systems including specialist corrosion protection systems, * removal, installation and repair of concrete on highway structures, * removal, installation and repair of concrete bridge parapets, * removal, installation and repair of bridge bearings and * remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Structures (North West)

This Lot (7/NW) covers the supply of materials, plant and people for the: * installation of temporary works, * application of maintenance painting systems including specialist corrosion protection systems, * removal, installation and repair of concrete on highway structures, * removal, installation and repair of concrete bridge parapets, * removal, installation and repair of bridge bearings and * remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Structures (South East)

This Lot (7/SE) covers the supply of materials, plant and people for the: * installation of temporary works, * application of maintenance painting systems including specialist corrosion protection systems, * removal, installation and repair of concrete on highway structures, * removal, installation and repair of concrete bridge parapets, * removal, installation and repair of bridge bearings and * remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Structures (South West)

This Lot (7/SW) covers the supply of materials, plant and people for the: * installation of temporary works, * application of maintenance painting systems including specialist corrosion protection systems, * removal, installation and repair of concrete on highway structures, * removal, installation and repair of concrete bridge parapets, * removal, installation and repair of bridge bearings and * remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Structures (Midlands)

This Lot (7/M) covers the supply of materials, plant and people for the: * installation of temporary works, * application of maintenance painting systems including specialist corrosion protection systems, * removal, installation and repair of concrete on highway structures, * removal, installation and repair of concrete bridge parapets, * removal, installation and repair of bridge bearings and * remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Structures (East of England)

This Lot (7/E) covers the supply of materials, plant and people for the: * installation of temporary works, * application of maintenance painting systems including specialist corrosion protection systems, * removal, installation and repair of concrete on highway structures, * removal, installation and repair of concrete bridge parapets, * removal, installation and repair of bridge bearings and * remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Joints & Waterproofing (North East)

This Lot (8/NE) covers the supply of materials, plant and people for the installation, removal of and repair work to: * highways structure expansion joints, * waterproofing systems, * associated concrete repair, * testing of existing waterproofing systems, and * installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out above * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Joints & Waterproofing (North West)

This Lot (8/NW) covers the supply of materials, plant and people for the installation, removal of and repair work to: * highways structure expansion joints, * waterproofing systems, * associated concrete repair, * testing of existing waterproofing systems, and * installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out above * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Joints & Waterproofing (South East)

This Lot (8/SE) covers the supply of materials, plant and people for the installation, removal of and repair work to: * highways structure expansion joints, * waterproofing systems, * associated concrete repair, * testing of existing waterproofing systems, and * installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out above * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Joints & Waterproofing (South West)

This Lot (8/SW) covers the supply of materials, plant and people for the installation, removal of and repair work to: * highways structure expansion joints, * waterproofing systems, * associated concrete repair, * testing of existing waterproofing systems, and * installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out above * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Joints & Waterproofing (Midlands)

This Lot (8/M) covers the supply of materials, plant and people for the installation, removal of and repair work to: * highways structure expansion joints, * waterproofing systems, * associated concrete repair, * testing of existing waterproofing systems, and * installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out above * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Joints & Waterproofing (East of England)

This Lot (8/E) covers the supply of materials, plant and people for the installation, removal of and repair work to: * highways structure expansion joints, * waterproofing systems, * associated concrete repair, * testing of existing waterproofing systems, and * installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out above * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Landscaping (North East)

This Lot (9/NE) covers the supply of materials, plant and people to carry out landscaping and ecology works including: * weed control, * wildlife control, * ground preparation, * seeding, * turfing, * boundary fencing, * planting, * watering, * tree and shrub maintenance, * creation and management of waterbodies as and any other ecological measures and * landscape clearance. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in section above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in section above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Landscaping (North West)

This Lot (9/NW) covers the supply of materials, plant and people to carry out landscaping and ecology works including: * weed control, * wildlife control, * ground preparation, * seeding, * turfing, * boundary fencing, * planting, * watering, * tree and shrub maintenance, * creation and management of waterbodies as and any other ecological measures and * landscape clearance. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in section above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in section above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Landscaping (South East)

This Lot (9/SE) covers the supply of materials, plant and people to carry out landscaping and ecology works including: * weed control, * wildlife control, * ground preparation, * seeding, * turfing, * boundary fencing, * planting, * watering, * tree and shrub maintenance, * creation and management of waterbodies as and any other ecological measures and * landscape clearance. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in section above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in section above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Landscaping (South West)

This Lot (9/SW) covers the supply of materials, plant and people to carry out landscaping and ecology works including: * weed control, * wildlife control, * ground preparation, * seeding, * turfing, * boundary fencing, * planting, * watering, * tree and shrub maintenance, * creation and management of waterbodies as and any other ecological measures and * landscape clearance. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in section above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in section above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Landscaping (Midlands)

This Lot (9/M) covers the supply of materials, plant and people to carry out landscaping and ecology works including: * weed control, * wildlife control, * ground preparation, * seeding, * turfing, * boundary fencing, * planting, * watering, * tree and shrub maintenance, * creation and management of waterbodies as and any other ecological measures and * landscape clearance. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in section above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in section above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Landscaping (East of England)

This Lot (9/E) covers the supply of materials, plant and people to carry out landscaping and ecology works including: * weed control, * wildlife control, * ground preparation, * seeding, * turfing, * boundary fencing, * planting, * watering, * tree and shrub maintenance, * creation and management of waterbodies as and any other ecological measures and * landscape clearance. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in section above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in section above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Road Markings (North East)

This Lot (10/NE) covers the supply of materials, plant and people for the installation and removal of: * highway road markings, * road studs, * installation and removal of temporary road markings and road studs, * high friction surfacing, * crack sealing and * pavement joint repair. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Road Markings (North West)

This Lot (10/NW) covers the supply of materials, plant and people for the installation and removal of: * highway road markings, * road studs, * installation and removal of temporary road markings and road studs, * high friction surfacing, * crack sealing and * pavement joint repair. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Road Markings (South East)

This Lot (10/SE) covers the supply of materials, plant and people for the installation and removal of: * highway road markings, * road studs, * installation and removal of temporary road markings and road studs, * high friction surfacing, * crack sealing and * pavement joint repair. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Road Markings (South West)

This Lot (10/SW) covers the supply of materials, plant and people for the installation and removal of: * highway road markings, * road studs, * installation and removal of temporary road markings and road studs, * high friction surfacing, * crack sealing and * pavement joint repair. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Road Markings (Midlands)

This Lot (10/M) covers the supply of materials, plant and people for the installation and removal of: * highway road markings, * road studs, * installation and removal of temporary road markings and road studs, * high friction surfacing, * crack sealing and * pavement joint repair. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Road Markings (East of England)

This Lot (10/E) covers the supply of materials, plant and people for the installation and removal of: * highway road markings, * road studs, * installation and removal of temporary road markings and road studs, * high friction surfacing, * crack sealing and * pavement joint repair. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Signs & Lighting (North East)

This Lot (11/NE) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: * road lighting and * traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of section above, * pre-construction services, * elements of supplier design, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * the management of network occupancy, * temporary works, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Signs & Lighting (North West)

This Lot (11/NW) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: * road lighting and * traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of section above, * pre-construction services, * elements of supplier design, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * the management of network occupancy, * temporary works, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Signs & Lighting (South East)

This Lot (11/SE) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: * road lighting and * traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of section above, * pre-construction services, * elements of supplier design, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * the management of network occupancy, * temporary works, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Signs & Lighting (South West)

This Lot (11/SW) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: * road lighting and * traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of section above, * pre-construction services, * elements of supplier design, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * the management of network occupancy, * temporary works, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Signs & Lighting (Midlands)

This Lot (11/M) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: * road lighting and * traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of section above, * pre-construction services, * elements of supplier design, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * the management of network occupancy, * temporary works, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Signs & Lighting (East of England)

This Lot (11/E) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: * road lighting and * traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of section above, * pre-construction services, * elements of supplier design, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * the management of network occupancy, * temporary works, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Vehicle Restraint Systems / Road Restraint Systems (North East)

This Lot (12/NE) covers the supply of materials, plant and people for the: * installation and removal of road restraint systems (vehicle and pedestrian), * installation and repair of non-concrete bridge parapets, * push tests of existing road restraint systems, * temporary works and * installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Vehicle Restraint Systems / Road Restraint Systems (North West)

This Lot (12/NW) covers the supply of materials, plant and people for the: installation and removal of road restraint systems (vehicle and pedestrian), * installation and repair of non-concrete bridge parapets, * push tests of existing road restraint systems, * temporary works and * installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Vehicle Restraint Systems / Road Restraint Systems (South East)

This Lot (12/SE) covers the supply of materials, plant and people for the: installation and removal of road restraint systems (vehicle and pedestrian), * installation and repair of non-concrete bridge parapets, * push tests of existing road restraint systems, * temporary works and * installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Vehicle Restraint Systems / Road Restraint Systems (South West)

This Lot (12/SW) covers the supply of materials, plant and people for the: installation and removal of road restraint systems (vehicle and pedestrian), * installation and repair of non-concrete bridge parapets, * push tests of existing road restraint systems, * temporary works and * installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Vehicle Restraint Systems / Road Restraint Systems (Midlands)

This Lot (12/M) covers the supply of materials, plant and people for the: installation and removal of road restraint systems (vehicle and pedestrian), * installation and repair of non-concrete bridge parapets, * push tests of existing road restraint systems, * temporary works and * installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Vehicle Restraint Systems / Road Restraint Systems (East of England)

This Lot (12/E) covers the supply of materials, plant and people for the: installation and removal of road restraint systems (vehicle and pedestrian), * installation and repair of non-concrete bridge parapets, * push tests of existing road restraint systems, * temporary works and * installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20

Options: National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0515f3
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/060400-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

14 - Mining, basic metals and related products

31 - Electrical machinery, apparatus, equipment and consumables; lighting

34 - Transport equipment and auxiliary products to transportation

39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work

50 - Repair and maintenance services

63 - Supporting and auxiliary transport services; travel agencies services

71 - Architectural, construction, engineering and inspection services

72 - IT services: consulting, software development, Internet and support

73 - Research and development services and related consultancy services

77 - Agricultural, forestry, horticultural, aquacultural and apicultural services

90 - Sewage, refuse, cleaning and environmental services

92 - Recreational, cultural and sporting services


CPV Codes

14213000 - Macadam, tarmac and tar sands

31000000 - Electrical machinery, apparatus, equipment and consumables; lighting

31500000 - Lighting equipment and electric lamps

31523000 - Illuminated signs and nameplates

31530000 - Parts of lamps and lighting equipment

34922100 - Road markings

34923000 - Road traffic-control equipment

34928100 - Crash barriers

34928110 - Road barriers

34928300 - Safety barriers

34928500 - Street-lighting equipment

34928510 - Street-lighting columns

34970000 - Traffic-monitoring equipment

34972000 - Traffic-flow measuring system

34992000 - Signs and illuminated signs

34992100 - Illuminated traffic signs

34993100 - Tunnel lighting

39293300 - Artificial grass

44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

44112000 - Miscellaneous building structures

44210000 - Structures and parts of structures

44212120 - Structures of bridges

44212300 - Structures and parts

44212317 - Scaffolding structures

44212320 - Miscellaneous structures

44212380 - Parts of structures

45000000 - Construction work

45111240 - Ground-drainage work

45112700 - Landscaping work

45200000 - Works for complete or part construction and civil engineering work

45213310 - Construction work for buildings relating to road transport

45221000 - Construction work for bridges and tunnels, shafts and subways

45221241 - Road tunnel construction work

45221247 - Tunnelling works

45221248 - Tunnel linings construction work

45223000 - Structures construction work

45223100 - Assembly of metal structures

45223110 - Installation of metal structures

45223500 - Reinforced-concrete structures

45223800 - Assembly and erection of prefabricated structures

45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork

45233100 - Construction work for highways, roads

45233120 - Road construction works

45233121 - Main road construction works

45233130 - Construction work for highways

45233131 - Construction work for elevated highways

45233139 - Highway maintenance work

45233141 - Road-maintenance works

45233142 - Road-repair works

45233150 - Traffic-calming works

45233210 - Surface work for highways

45233220 - Surface work for roads

45233221 - Road-surface painting work

45233222 - Paving and asphalting works

45233223 - Carriageway resurfacing works

45233251 - Resurfacing works

45233280 - Erection of road-barriers

45233300 - Foundation work for highways, roads, streets and footpaths

45233310 - Foundation work for highways

45233320 - Foundation work for roads

45247200 - Construction work for dams and similar fixed structures

45262300 - Concrete work

45310000 - Electrical installation work

45316110 - Installation of road lighting equipment

45316210 - Installation of traffic monitoring equipment

45316211 - Installation of illuminated road signs

45316212 - Installation of traffic lights

45316213 - Installation of traffic guidance equipment

45340000 - Fencing, railing and safety equipment installation work

45442120 - Painting and protective-coating work of structures

45442121 - Painting work of structures

50000000 - Repair and maintenance services

50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment

50230000 - Repair, maintenance and associated services related to roads and other equipment

50232000 - Maintenance services of public-lighting installations and traffic lights

50232100 - Street-lighting maintenance services

50232110 - Commissioning of public lighting installations

50232200 - Traffic-signal maintenance services

63712000 - Support services for road transport

63712200 - Highway operation services

63712320 - Tunnel operation services

63712700 - Traffic control services

63712710 - Traffic monitoring services

71311000 - Civil engineering consultancy services

71320000 - Engineering design services

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

71322500 - Engineering-design services for traffic installations

71356200 - Technical assistance services

71356300 - Technical support services

71530000 - Construction consultancy services

71631400 - Technical inspection services of engineering structures

72224000 - Project management consultancy services

73210000 - Research consultancy services

73300000 - Design and execution of research and development

73420000 - Pre-feasibility study and technological demonstration

77211300 - Tree-clearing services

77211400 - Tree-cutting services

77211500 - Tree-maintenance services

77211600 - Tree seeding

77310000 - Planting and maintenance services of green areas

77314100 - Grassing services

77340000 - Tree pruning and hedge trimming

77341000 - Tree pruning

90912000 - Blast-cleaning services for tubular structures

92534000 - Wildlife preservation services

Notice Value(s)

Tender Value
£14,500,000,000 Over £10B
Lots Value
£9,087,873,051 £1B-£10B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
29 Sep 20254 months ago
Submission Deadline
24 Oct 2025Expired
Future Notice Date
22 Jan 2026Expired
Award Date
Not specified
Contract Period
14 Sep 2027 - 15 Sep 2035 Over 5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
NATIONAL HIGHWAYS
Contact Name
Not specified
Contact Email
procurement_sdf2@nationalhighways.co.uk
Contact Phone
Not specified

Buyer Location

Locality
GUILDFORD
Postcode
GU1 4LZ
Post Town
Guildford
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ2 Surrey, East and West Sussex
Small Region (ITL 3)
TLJ25 West Surrey
Delivery Location
TLC North East (England), TLD North West (England), TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLJ South East (England), TLK South West (England)

Local Authority
Guildford
Electoral Ward
Stoke
Westminster Constituency
Guildford

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-0515f3-2025-09-29T10:57:13+01:00",
    "date": "2025-09-29T10:57:13+01:00",
    "ocid": "ocds-h6vhtk-0515f3",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "022269-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/022269-2025",
                "datePublished": "2025-05-16T14:27:15+01:00",
                "format": "text/html"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-COH-09346363",
            "name": "National Highways",
            "identifier": {
                "scheme": "GB-COH",
                "id": "09346363"
            },
            "address": {
                "streetAddress": "Bridge House, 1 Walnut Tree Close",
                "locality": "Guildford",
                "postalCode": "GU1 4LZ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ25"
            },
            "contactPoint": {
                "email": "procurement_sdf2@nationalhighways.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://nationalhighways.co.uk",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-09346363",
        "name": "National Highways"
    },
    "tender": {
        "id": "SDF2",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Scheme Delivery Framework 2",
        "description": "National Highways Scheme Delivery Framework 2 (SDF2) will play a pivotal role in renewing and enhancing England's Strategic Road Network (SRN). Covering over 4,500 miles of motorways and major A roads, the SRN is a vital component of the UK's transport infrastructure, carrying a third of all traffic and two-thirds of freight. SDF2 is designed to ensure this network remains dependable, durable, and safe, while also delivering value for money. SDF2 builds on the foundations of its predecessor frameworks - the original Scheme Delivery Framework (SDF) and the Pavement Delivery Framework (PDF). With an estimated value of PS14.5 billion and a projected 8-year duration, SDF2 represents a significant investment in the future of the UK's road infrastructure. The framework will focus on renewing and maintaining existing assets, with a strong emphasis on collaboration, standardisation, and productivity. It aims to focus spending on long-term asset improvements rather than temporary fixes, while simplifying commercial models to reduce administrative burden. SDF2 will be an enabled framework to facilitate usage by Lower Thames Crossing (LTC) and Maintenance and Response (M&R) suppliers. The new framework represents a forward-looking approach by National Highways aimed at delivering high-quality, efficient infrastructure projects that align with the evolving needs of stakeholders and road users. While the SDF has facilitated numerous successful projects across the SRN, the SDF2 is expected to build on this foundation with innovations and improvements that respond to emerging demands in safety, transport and sustainability. In late 2024, National Highways held an extensive round of preliminary market engagement, consisting of six face-to-face workshops and two online events, designed to incorporate input from the supply chain. The feedback gathered at market engagement informed the development of the SDF2 strategy, and material from the events can be found here: https://highways.sharepoint.com/:f:/s/NationalHighwaysProcurement-MaterialforExternalRelease/EjbLGgLNyFFKiYPsSEatBR4BI28Sv1e4-xZToGq2cfyZ9g?e=3Tx80E For more information on the operation of SDF2, please refer to the Information Memorandum.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111240",
                        "description": "Ground-drainage work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45200000",
                        "description": "Works for complete or part construction and civil engineering work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45230000",
                        "description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233130",
                        "description": "Construction work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233142",
                        "description": "Road-repair works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233222",
                        "description": "Paving and asphalting works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233139",
                        "description": "Highway maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2/NE",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111240",
                        "description": "Ground-drainage work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45200000",
                        "description": "Works for complete or part construction and civil engineering work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45230000",
                        "description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233130",
                        "description": "Construction work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233142",
                        "description": "Road-repair works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233222",
                        "description": "Paving and asphalting works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233139",
                        "description": "Highway maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2/NE"
            },
            {
                "id": "2/NW",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111240",
                        "description": "Ground-drainage work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45200000",
                        "description": "Works for complete or part construction and civil engineering work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45230000",
                        "description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233130",
                        "description": "Construction work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233142",
                        "description": "Road-repair works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233222",
                        "description": "Paving and asphalting works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233139",
                        "description": "Highway maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2/NW"
            },
            {
                "id": "2/SE",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111240",
                        "description": "Ground-drainage work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45200000",
                        "description": "Works for complete or part construction and civil engineering work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45230000",
                        "description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233130",
                        "description": "Construction work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233142",
                        "description": "Road-repair works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233222",
                        "description": "Paving and asphalting works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233139",
                        "description": "Highway maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2/SE"
            },
            {
                "id": "2/SW",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111240",
                        "description": "Ground-drainage work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45200000",
                        "description": "Works for complete or part construction and civil engineering work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45230000",
                        "description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233130",
                        "description": "Construction work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233142",
                        "description": "Road-repair works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233222",
                        "description": "Paving and asphalting works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233139",
                        "description": "Highway maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2/SW"
            },
            {
                "id": "2/M",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111240",
                        "description": "Ground-drainage work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45200000",
                        "description": "Works for complete or part construction and civil engineering work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45230000",
                        "description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233130",
                        "description": "Construction work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233142",
                        "description": "Road-repair works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233222",
                        "description": "Paving and asphalting works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233139",
                        "description": "Highway maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2/M"
            },
            {
                "id": "2/E",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111240",
                        "description": "Ground-drainage work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45200000",
                        "description": "Works for complete or part construction and civil engineering work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45230000",
                        "description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233130",
                        "description": "Construction work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233142",
                        "description": "Road-repair works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233222",
                        "description": "Paving and asphalting works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233139",
                        "description": "Highway maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2/E"
            },
            {
                "id": "3/NE",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45233222",
                        "description": "Paving and asphalting works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233139",
                        "description": "Highway maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "14213000",
                        "description": "Macadam, tarmac and tar sands"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233142",
                        "description": "Road-repair works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233220",
                        "description": "Surface work for roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233223",
                        "description": "Carriageway resurfacing works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233251",
                        "description": "Resurfacing works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3/NE"
            },
            {
                "id": "3/NW",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45233222",
                        "description": "Paving and asphalting works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233139",
                        "description": "Highway maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "14213000",
                        "description": "Macadam, tarmac and tar sands"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233142",
                        "description": "Road-repair works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233220",
                        "description": "Surface work for roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233223",
                        "description": "Carriageway resurfacing works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233251",
                        "description": "Resurfacing works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3/NW"
            },
            {
                "id": "3/SE",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45233222",
                        "description": "Paving and asphalting works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233139",
                        "description": "Highway maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "14213000",
                        "description": "Macadam, tarmac and tar sands"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233142",
                        "description": "Road-repair works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233220",
                        "description": "Surface work for roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233223",
                        "description": "Carriageway resurfacing works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233251",
                        "description": "Resurfacing works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3/SE"
            },
            {
                "id": "3/SW",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45233222",
                        "description": "Paving and asphalting works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233139",
                        "description": "Highway maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "14213000",
                        "description": "Macadam, tarmac and tar sands"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233142",
                        "description": "Road-repair works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233220",
                        "description": "Surface work for roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233223",
                        "description": "Carriageway resurfacing works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233251",
                        "description": "Resurfacing works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3/SW"
            },
            {
                "id": "3/M",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45233222",
                        "description": "Paving and asphalting works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233139",
                        "description": "Highway maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "14213000",
                        "description": "Macadam, tarmac and tar sands"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233142",
                        "description": "Road-repair works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233220",
                        "description": "Surface work for roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233223",
                        "description": "Carriageway resurfacing works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233251",
                        "description": "Resurfacing works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3/M"
            },
            {
                "id": "3/E",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45233222",
                        "description": "Paving and asphalting works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233139",
                        "description": "Highway maintenance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "14213000",
                        "description": "Macadam, tarmac and tar sands"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233142",
                        "description": "Road-repair works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233220",
                        "description": "Surface work for roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233223",
                        "description": "Carriageway resurfacing works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233251",
                        "description": "Resurfacing works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3/E"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34993100",
                        "description": "Tunnel lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45247200",
                        "description": "Construction work for dams and similar fixed structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45221000",
                        "description": "Construction work for bridges and tunnels, shafts and subways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45221241",
                        "description": "Road tunnel construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45221247",
                        "description": "Tunnelling works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45221248",
                        "description": "Tunnel linings construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712320",
                        "description": "Tunnel operation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5.1/North",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322500",
                        "description": "Engineering-design services for traffic installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71356200",
                        "description": "Technical assistance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71356300",
                        "description": "Technical support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71530000",
                        "description": "Construction consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73210000",
                        "description": "Research consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73300000",
                        "description": "Design and execution of research and development"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73420000",
                        "description": "Pre-feasibility study and technological demonstration"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "5.1/North"
            },
            {
                "id": "5.1/South",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322500",
                        "description": "Engineering-design services for traffic installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71356200",
                        "description": "Technical assistance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71356300",
                        "description": "Technical support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71530000",
                        "description": "Construction consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73210000",
                        "description": "Research consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73300000",
                        "description": "Design and execution of research and development"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73420000",
                        "description": "Pre-feasibility study and technological demonstration"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "5.1/South"
            },
            {
                "id": "5.2/NE",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322500",
                        "description": "Engineering-design services for traffic installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71356200",
                        "description": "Technical assistance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71356300",
                        "description": "Technical support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71530000",
                        "description": "Construction consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73210000",
                        "description": "Research consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73300000",
                        "description": "Design and execution of research and development"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73420000",
                        "description": "Pre-feasibility study and technological demonstration"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "5.2/NE"
            },
            {
                "id": "5.2/NW",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322500",
                        "description": "Engineering-design services for traffic installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71356200",
                        "description": "Technical assistance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71356300",
                        "description": "Technical support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71530000",
                        "description": "Construction consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73210000",
                        "description": "Research consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73300000",
                        "description": "Design and execution of research and development"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73420000",
                        "description": "Pre-feasibility study and technological demonstration"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "5.2/NW"
            },
            {
                "id": "5.2/SE",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322500",
                        "description": "Engineering-design services for traffic installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71356200",
                        "description": "Technical assistance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71356300",
                        "description": "Technical support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71530000",
                        "description": "Construction consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73210000",
                        "description": "Research consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73300000",
                        "description": "Design and execution of research and development"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73420000",
                        "description": "Pre-feasibility study and technological demonstration"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "5.2/SE"
            },
            {
                "id": "5.2/SW",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322500",
                        "description": "Engineering-design services for traffic installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71356200",
                        "description": "Technical assistance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71356300",
                        "description": "Technical support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71530000",
                        "description": "Construction consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73210000",
                        "description": "Research consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73300000",
                        "description": "Design and execution of research and development"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73420000",
                        "description": "Pre-feasibility study and technological demonstration"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "5.2/SW"
            },
            {
                "id": "5.2/M",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322500",
                        "description": "Engineering-design services for traffic installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71356200",
                        "description": "Technical assistance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71356300",
                        "description": "Technical support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71530000",
                        "description": "Construction consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73210000",
                        "description": "Research consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73300000",
                        "description": "Design and execution of research and development"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73420000",
                        "description": "Pre-feasibility study and technological demonstration"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "5.2/M"
            },
            {
                "id": "5.2/E",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322500",
                        "description": "Engineering-design services for traffic installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71356200",
                        "description": "Technical assistance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71356300",
                        "description": "Technical support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71530000",
                        "description": "Construction consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73210000",
                        "description": "Research consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73300000",
                        "description": "Design and execution of research and development"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73420000",
                        "description": "Pre-feasibility study and technological demonstration"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "5.2/E"
            },
            {
                "id": "6/NE",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34923000",
                        "description": "Road traffic-control equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928100",
                        "description": "Crash barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928110",
                        "description": "Road barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928300",
                        "description": "Safety barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34970000",
                        "description": "Traffic-monitoring equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34972000",
                        "description": "Traffic-flow measuring system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233280",
                        "description": "Erection of road-barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316210",
                        "description": "Installation of traffic monitoring equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316212",
                        "description": "Installation of traffic lights"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316213",
                        "description": "Installation of traffic guidance equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45340000",
                        "description": "Fencing, railing and safety equipment installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232000",
                        "description": "Maintenance services of public-lighting installations and traffic lights"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232200",
                        "description": "Traffic-signal maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712000",
                        "description": "Support services for road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712200",
                        "description": "Highway operation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712700",
                        "description": "Traffic control services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712710",
                        "description": "Traffic monitoring services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322500",
                        "description": "Engineering-design services for traffic installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "6/NE"
            },
            {
                "id": "6/NW",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34923000",
                        "description": "Road traffic-control equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928100",
                        "description": "Crash barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928110",
                        "description": "Road barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928300",
                        "description": "Safety barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34970000",
                        "description": "Traffic-monitoring equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34972000",
                        "description": "Traffic-flow measuring system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233280",
                        "description": "Erection of road-barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316210",
                        "description": "Installation of traffic monitoring equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316212",
                        "description": "Installation of traffic lights"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316213",
                        "description": "Installation of traffic guidance equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45340000",
                        "description": "Fencing, railing and safety equipment installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232000",
                        "description": "Maintenance services of public-lighting installations and traffic lights"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232200",
                        "description": "Traffic-signal maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712000",
                        "description": "Support services for road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712200",
                        "description": "Highway operation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712700",
                        "description": "Traffic control services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712710",
                        "description": "Traffic monitoring services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322500",
                        "description": "Engineering-design services for traffic installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "6/NW"
            },
            {
                "id": "6/SE",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34923000",
                        "description": "Road traffic-control equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928100",
                        "description": "Crash barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928110",
                        "description": "Road barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928300",
                        "description": "Safety barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34970000",
                        "description": "Traffic-monitoring equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34972000",
                        "description": "Traffic-flow measuring system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233280",
                        "description": "Erection of road-barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316210",
                        "description": "Installation of traffic monitoring equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316212",
                        "description": "Installation of traffic lights"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316213",
                        "description": "Installation of traffic guidance equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45340000",
                        "description": "Fencing, railing and safety equipment installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232000",
                        "description": "Maintenance services of public-lighting installations and traffic lights"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232200",
                        "description": "Traffic-signal maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712000",
                        "description": "Support services for road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712200",
                        "description": "Highway operation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712700",
                        "description": "Traffic control services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712710",
                        "description": "Traffic monitoring services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322500",
                        "description": "Engineering-design services for traffic installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "6/SE"
            },
            {
                "id": "6/SW",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34923000",
                        "description": "Road traffic-control equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928100",
                        "description": "Crash barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928110",
                        "description": "Road barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928300",
                        "description": "Safety barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34970000",
                        "description": "Traffic-monitoring equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34972000",
                        "description": "Traffic-flow measuring system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233280",
                        "description": "Erection of road-barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316210",
                        "description": "Installation of traffic monitoring equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316212",
                        "description": "Installation of traffic lights"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316213",
                        "description": "Installation of traffic guidance equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45340000",
                        "description": "Fencing, railing and safety equipment installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232000",
                        "description": "Maintenance services of public-lighting installations and traffic lights"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232200",
                        "description": "Traffic-signal maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712000",
                        "description": "Support services for road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712200",
                        "description": "Highway operation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712700",
                        "description": "Traffic control services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712710",
                        "description": "Traffic monitoring services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322500",
                        "description": "Engineering-design services for traffic installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "6/SW"
            },
            {
                "id": "6/M",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34923000",
                        "description": "Road traffic-control equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928100",
                        "description": "Crash barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928110",
                        "description": "Road barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928300",
                        "description": "Safety barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34970000",
                        "description": "Traffic-monitoring equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34972000",
                        "description": "Traffic-flow measuring system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233280",
                        "description": "Erection of road-barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316210",
                        "description": "Installation of traffic monitoring equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316212",
                        "description": "Installation of traffic lights"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316213",
                        "description": "Installation of traffic guidance equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45340000",
                        "description": "Fencing, railing and safety equipment installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232000",
                        "description": "Maintenance services of public-lighting installations and traffic lights"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232200",
                        "description": "Traffic-signal maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712000",
                        "description": "Support services for road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712200",
                        "description": "Highway operation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712700",
                        "description": "Traffic control services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712710",
                        "description": "Traffic monitoring services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322500",
                        "description": "Engineering-design services for traffic installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "6/M"
            },
            {
                "id": "6/E",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34923000",
                        "description": "Road traffic-control equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928100",
                        "description": "Crash barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928110",
                        "description": "Road barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928300",
                        "description": "Safety barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34970000",
                        "description": "Traffic-monitoring equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34972000",
                        "description": "Traffic-flow measuring system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233280",
                        "description": "Erection of road-barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316210",
                        "description": "Installation of traffic monitoring equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316212",
                        "description": "Installation of traffic lights"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316213",
                        "description": "Installation of traffic guidance equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45340000",
                        "description": "Fencing, railing and safety equipment installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232000",
                        "description": "Maintenance services of public-lighting installations and traffic lights"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232200",
                        "description": "Traffic-signal maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712000",
                        "description": "Support services for road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712200",
                        "description": "Highway operation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712700",
                        "description": "Traffic control services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63712710",
                        "description": "Traffic monitoring services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322500",
                        "description": "Engineering-design services for traffic installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "6/E"
            },
            {
                "id": "7/NE",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "44000000",
                        "description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44112000",
                        "description": "Miscellaneous building structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44210000",
                        "description": "Structures and parts of structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212120",
                        "description": "Structures of bridges"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212300",
                        "description": "Structures and parts"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212317",
                        "description": "Scaffolding structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212320",
                        "description": "Miscellaneous structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212380",
                        "description": "Parts of structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223000",
                        "description": "Structures construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223100",
                        "description": "Assembly of metal structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223110",
                        "description": "Installation of metal structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223500",
                        "description": "Reinforced-concrete structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223800",
                        "description": "Assembly and erection of prefabricated structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233130",
                        "description": "Construction work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233131",
                        "description": "Construction work for elevated highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45442121",
                        "description": "Painting work of structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71631400",
                        "description": "Technical inspection services of engineering structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90912000",
                        "description": "Blast-cleaning services for tubular structures"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "7/NE"
            },
            {
                "id": "7/NW",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "44000000",
                        "description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44112000",
                        "description": "Miscellaneous building structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44210000",
                        "description": "Structures and parts of structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212120",
                        "description": "Structures of bridges"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212300",
                        "description": "Structures and parts"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212317",
                        "description": "Scaffolding structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212320",
                        "description": "Miscellaneous structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212380",
                        "description": "Parts of structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223000",
                        "description": "Structures construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223100",
                        "description": "Assembly of metal structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223110",
                        "description": "Installation of metal structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223500",
                        "description": "Reinforced-concrete structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223800",
                        "description": "Assembly and erection of prefabricated structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233130",
                        "description": "Construction work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233131",
                        "description": "Construction work for elevated highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45442121",
                        "description": "Painting work of structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71631400",
                        "description": "Technical inspection services of engineering structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90912000",
                        "description": "Blast-cleaning services for tubular structures"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "7/NW"
            },
            {
                "id": "7/SE",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "44000000",
                        "description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44112000",
                        "description": "Miscellaneous building structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44210000",
                        "description": "Structures and parts of structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212120",
                        "description": "Structures of bridges"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212300",
                        "description": "Structures and parts"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212317",
                        "description": "Scaffolding structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212320",
                        "description": "Miscellaneous structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212380",
                        "description": "Parts of structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223000",
                        "description": "Structures construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223100",
                        "description": "Assembly of metal structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223110",
                        "description": "Installation of metal structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223500",
                        "description": "Reinforced-concrete structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223800",
                        "description": "Assembly and erection of prefabricated structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233130",
                        "description": "Construction work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233131",
                        "description": "Construction work for elevated highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45442121",
                        "description": "Painting work of structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71631400",
                        "description": "Technical inspection services of engineering structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90912000",
                        "description": "Blast-cleaning services for tubular structures"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "7/SE"
            },
            {
                "id": "7/SW",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "44000000",
                        "description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44112000",
                        "description": "Miscellaneous building structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44210000",
                        "description": "Structures and parts of structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212120",
                        "description": "Structures of bridges"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212300",
                        "description": "Structures and parts"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212317",
                        "description": "Scaffolding structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212320",
                        "description": "Miscellaneous structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212380",
                        "description": "Parts of structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223000",
                        "description": "Structures construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223100",
                        "description": "Assembly of metal structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223110",
                        "description": "Installation of metal structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223500",
                        "description": "Reinforced-concrete structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223800",
                        "description": "Assembly and erection of prefabricated structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233130",
                        "description": "Construction work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233131",
                        "description": "Construction work for elevated highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45442121",
                        "description": "Painting work of structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71631400",
                        "description": "Technical inspection services of engineering structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90912000",
                        "description": "Blast-cleaning services for tubular structures"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "7/SW"
            },
            {
                "id": "7/M",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "44000000",
                        "description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44112000",
                        "description": "Miscellaneous building structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44210000",
                        "description": "Structures and parts of structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212120",
                        "description": "Structures of bridges"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212300",
                        "description": "Structures and parts"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212317",
                        "description": "Scaffolding structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212320",
                        "description": "Miscellaneous structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212380",
                        "description": "Parts of structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223000",
                        "description": "Structures construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223100",
                        "description": "Assembly of metal structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223110",
                        "description": "Installation of metal structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223500",
                        "description": "Reinforced-concrete structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223800",
                        "description": "Assembly and erection of prefabricated structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233130",
                        "description": "Construction work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233131",
                        "description": "Construction work for elevated highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45442121",
                        "description": "Painting work of structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71631400",
                        "description": "Technical inspection services of engineering structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90912000",
                        "description": "Blast-cleaning services for tubular structures"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "7/M"
            },
            {
                "id": "7/E",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "44000000",
                        "description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44112000",
                        "description": "Miscellaneous building structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44210000",
                        "description": "Structures and parts of structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212120",
                        "description": "Structures of bridges"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212300",
                        "description": "Structures and parts"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212317",
                        "description": "Scaffolding structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212320",
                        "description": "Miscellaneous structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212380",
                        "description": "Parts of structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223000",
                        "description": "Structures construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223100",
                        "description": "Assembly of metal structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223110",
                        "description": "Installation of metal structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223500",
                        "description": "Reinforced-concrete structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223800",
                        "description": "Assembly and erection of prefabricated structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233130",
                        "description": "Construction work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233131",
                        "description": "Construction work for elevated highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45442121",
                        "description": "Painting work of structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71631400",
                        "description": "Technical inspection services of engineering structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90912000",
                        "description": "Blast-cleaning services for tubular structures"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "7/E"
            },
            {
                "id": "8/NE",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233130",
                        "description": "Construction work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233131",
                        "description": "Construction work for elevated highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233210",
                        "description": "Surface work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233300",
                        "description": "Foundation work for highways, roads, streets and footpaths"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233310",
                        "description": "Foundation work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233320",
                        "description": "Foundation work for roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45247200",
                        "description": "Construction work for dams and similar fixed structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262300",
                        "description": "Concrete work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45442120",
                        "description": "Painting and protective-coating work of structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "8/NE"
            },
            {
                "id": "8/NW",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233130",
                        "description": "Construction work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233131",
                        "description": "Construction work for elevated highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233210",
                        "description": "Surface work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233300",
                        "description": "Foundation work for highways, roads, streets and footpaths"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233310",
                        "description": "Foundation work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233320",
                        "description": "Foundation work for roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45247200",
                        "description": "Construction work for dams and similar fixed structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262300",
                        "description": "Concrete work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45442120",
                        "description": "Painting and protective-coating work of structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "8/NW"
            },
            {
                "id": "8/SE",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233130",
                        "description": "Construction work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233131",
                        "description": "Construction work for elevated highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233210",
                        "description": "Surface work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233300",
                        "description": "Foundation work for highways, roads, streets and footpaths"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233310",
                        "description": "Foundation work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233320",
                        "description": "Foundation work for roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45247200",
                        "description": "Construction work for dams and similar fixed structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262300",
                        "description": "Concrete work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45442120",
                        "description": "Painting and protective-coating work of structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "8/SE"
            },
            {
                "id": "8/SW",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233130",
                        "description": "Construction work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233131",
                        "description": "Construction work for elevated highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233210",
                        "description": "Surface work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233300",
                        "description": "Foundation work for highways, roads, streets and footpaths"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233310",
                        "description": "Foundation work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233320",
                        "description": "Foundation work for roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45247200",
                        "description": "Construction work for dams and similar fixed structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262300",
                        "description": "Concrete work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45442120",
                        "description": "Painting and protective-coating work of structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "8/SW"
            },
            {
                "id": "8/M",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233130",
                        "description": "Construction work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233131",
                        "description": "Construction work for elevated highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233210",
                        "description": "Surface work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233300",
                        "description": "Foundation work for highways, roads, streets and footpaths"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233310",
                        "description": "Foundation work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233320",
                        "description": "Foundation work for roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45247200",
                        "description": "Construction work for dams and similar fixed structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262300",
                        "description": "Concrete work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45442120",
                        "description": "Painting and protective-coating work of structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "8/M"
            },
            {
                "id": "8/E",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233130",
                        "description": "Construction work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233131",
                        "description": "Construction work for elevated highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233210",
                        "description": "Surface work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233300",
                        "description": "Foundation work for highways, roads, streets and footpaths"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233310",
                        "description": "Foundation work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233320",
                        "description": "Foundation work for roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45247200",
                        "description": "Construction work for dams and similar fixed structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45262300",
                        "description": "Concrete work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45442120",
                        "description": "Painting and protective-coating work of structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "8/E"
            },
            {
                "id": "9/NE",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "39293300",
                        "description": "Artificial grass"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45112700",
                        "description": "Landscaping work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77211300",
                        "description": "Tree-clearing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77314100",
                        "description": "Grassing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77211400",
                        "description": "Tree-cutting services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77211500",
                        "description": "Tree-maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77211600",
                        "description": "Tree seeding"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77310000",
                        "description": "Planting and maintenance services of green areas"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77340000",
                        "description": "Tree pruning and hedge trimming"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77341000",
                        "description": "Tree pruning"
                    },
                    {
                        "scheme": "CPV",
                        "id": "92534000",
                        "description": "Wildlife preservation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "9/NE"
            },
            {
                "id": "9/NW",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "39293300",
                        "description": "Artificial grass"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45112700",
                        "description": "Landscaping work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77211300",
                        "description": "Tree-clearing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77314100",
                        "description": "Grassing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77211400",
                        "description": "Tree-cutting services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77211500",
                        "description": "Tree-maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77211600",
                        "description": "Tree seeding"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77310000",
                        "description": "Planting and maintenance services of green areas"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77340000",
                        "description": "Tree pruning and hedge trimming"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77341000",
                        "description": "Tree pruning"
                    },
                    {
                        "scheme": "CPV",
                        "id": "92534000",
                        "description": "Wildlife preservation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "9/NW"
            },
            {
                "id": "9/SE",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "39293300",
                        "description": "Artificial grass"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45112700",
                        "description": "Landscaping work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77211300",
                        "description": "Tree-clearing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77314100",
                        "description": "Grassing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77211400",
                        "description": "Tree-cutting services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77211500",
                        "description": "Tree-maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77211600",
                        "description": "Tree seeding"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77310000",
                        "description": "Planting and maintenance services of green areas"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77340000",
                        "description": "Tree pruning and hedge trimming"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77341000",
                        "description": "Tree pruning"
                    },
                    {
                        "scheme": "CPV",
                        "id": "92534000",
                        "description": "Wildlife preservation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "9/SE"
            },
            {
                "id": "9/SW",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "39293300",
                        "description": "Artificial grass"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45112700",
                        "description": "Landscaping work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77211300",
                        "description": "Tree-clearing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77314100",
                        "description": "Grassing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77211400",
                        "description": "Tree-cutting services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77211500",
                        "description": "Tree-maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77211600",
                        "description": "Tree seeding"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77310000",
                        "description": "Planting and maintenance services of green areas"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77340000",
                        "description": "Tree pruning and hedge trimming"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77341000",
                        "description": "Tree pruning"
                    },
                    {
                        "scheme": "CPV",
                        "id": "92534000",
                        "description": "Wildlife preservation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "9/SW"
            },
            {
                "id": "9/M",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "39293300",
                        "description": "Artificial grass"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45112700",
                        "description": "Landscaping work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77211300",
                        "description": "Tree-clearing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77314100",
                        "description": "Grassing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77211400",
                        "description": "Tree-cutting services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77211500",
                        "description": "Tree-maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77211600",
                        "description": "Tree seeding"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77310000",
                        "description": "Planting and maintenance services of green areas"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77340000",
                        "description": "Tree pruning and hedge trimming"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77341000",
                        "description": "Tree pruning"
                    },
                    {
                        "scheme": "CPV",
                        "id": "92534000",
                        "description": "Wildlife preservation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "9/M"
            },
            {
                "id": "9/E",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "39293300",
                        "description": "Artificial grass"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45112700",
                        "description": "Landscaping work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77211300",
                        "description": "Tree-clearing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77314100",
                        "description": "Grassing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77211400",
                        "description": "Tree-cutting services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77211500",
                        "description": "Tree-maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77211600",
                        "description": "Tree seeding"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77310000",
                        "description": "Planting and maintenance services of green areas"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77340000",
                        "description": "Tree pruning and hedge trimming"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77341000",
                        "description": "Tree pruning"
                    },
                    {
                        "scheme": "CPV",
                        "id": "92534000",
                        "description": "Wildlife preservation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "9/E"
            },
            {
                "id": "10/NE",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34922100",
                        "description": "Road markings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233142",
                        "description": "Road-repair works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233210",
                        "description": "Surface work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233220",
                        "description": "Surface work for roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233221",
                        "description": "Road-surface painting work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233223",
                        "description": "Carriageway resurfacing works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233251",
                        "description": "Resurfacing works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "10/NE"
            },
            {
                "id": "10/NW",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34922100",
                        "description": "Road markings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233142",
                        "description": "Road-repair works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233210",
                        "description": "Surface work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233220",
                        "description": "Surface work for roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233221",
                        "description": "Road-surface painting work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233223",
                        "description": "Carriageway resurfacing works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233251",
                        "description": "Resurfacing works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "10/NW"
            },
            {
                "id": "10/SE",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34922100",
                        "description": "Road markings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233142",
                        "description": "Road-repair works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233210",
                        "description": "Surface work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233220",
                        "description": "Surface work for roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233221",
                        "description": "Road-surface painting work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233223",
                        "description": "Carriageway resurfacing works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233251",
                        "description": "Resurfacing works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "10/SE"
            },
            {
                "id": "10/SW",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34922100",
                        "description": "Road markings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233142",
                        "description": "Road-repair works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233210",
                        "description": "Surface work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233220",
                        "description": "Surface work for roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233221",
                        "description": "Road-surface painting work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233223",
                        "description": "Carriageway resurfacing works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233251",
                        "description": "Resurfacing works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "10/SW"
            },
            {
                "id": "10/M",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34922100",
                        "description": "Road markings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233142",
                        "description": "Road-repair works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233210",
                        "description": "Surface work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233220",
                        "description": "Surface work for roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233221",
                        "description": "Road-surface painting work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233223",
                        "description": "Carriageway resurfacing works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233251",
                        "description": "Resurfacing works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "10/M"
            },
            {
                "id": "10/E",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34922100",
                        "description": "Road markings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233142",
                        "description": "Road-repair works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233210",
                        "description": "Surface work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233220",
                        "description": "Surface work for roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233221",
                        "description": "Road-surface painting work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233223",
                        "description": "Carriageway resurfacing works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233251",
                        "description": "Resurfacing works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "10/E"
            },
            {
                "id": "11/NE",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31500000",
                        "description": "Lighting equipment and electric lamps"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31523000",
                        "description": "Illuminated signs and nameplates"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31530000",
                        "description": "Parts of lamps and lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928500",
                        "description": "Street-lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928510",
                        "description": "Street-lighting columns"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34992000",
                        "description": "Signs and illuminated signs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34992100",
                        "description": "Illuminated traffic signs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34993100",
                        "description": "Tunnel lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45310000",
                        "description": "Electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316110",
                        "description": "Installation of road lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316211",
                        "description": "Installation of illuminated road signs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232000",
                        "description": "Maintenance services of public-lighting installations and traffic lights"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232100",
                        "description": "Street-lighting maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232110",
                        "description": "Commissioning of public lighting installations"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "11/NE"
            },
            {
                "id": "11/NW",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31500000",
                        "description": "Lighting equipment and electric lamps"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31523000",
                        "description": "Illuminated signs and nameplates"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31530000",
                        "description": "Parts of lamps and lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928500",
                        "description": "Street-lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928510",
                        "description": "Street-lighting columns"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34992000",
                        "description": "Signs and illuminated signs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34992100",
                        "description": "Illuminated traffic signs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34993100",
                        "description": "Tunnel lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45310000",
                        "description": "Electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316110",
                        "description": "Installation of road lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316211",
                        "description": "Installation of illuminated road signs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232000",
                        "description": "Maintenance services of public-lighting installations and traffic lights"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232100",
                        "description": "Street-lighting maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232110",
                        "description": "Commissioning of public lighting installations"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "11/NW"
            },
            {
                "id": "11/SE",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31500000",
                        "description": "Lighting equipment and electric lamps"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31523000",
                        "description": "Illuminated signs and nameplates"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31530000",
                        "description": "Parts of lamps and lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928500",
                        "description": "Street-lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928510",
                        "description": "Street-lighting columns"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34992000",
                        "description": "Signs and illuminated signs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34992100",
                        "description": "Illuminated traffic signs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34993100",
                        "description": "Tunnel lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45310000",
                        "description": "Electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316110",
                        "description": "Installation of road lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316211",
                        "description": "Installation of illuminated road signs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232000",
                        "description": "Maintenance services of public-lighting installations and traffic lights"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232100",
                        "description": "Street-lighting maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232110",
                        "description": "Commissioning of public lighting installations"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "11/SE"
            },
            {
                "id": "11/SW",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31500000",
                        "description": "Lighting equipment and electric lamps"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31523000",
                        "description": "Illuminated signs and nameplates"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31530000",
                        "description": "Parts of lamps and lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928500",
                        "description": "Street-lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928510",
                        "description": "Street-lighting columns"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34992000",
                        "description": "Signs and illuminated signs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34992100",
                        "description": "Illuminated traffic signs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34993100",
                        "description": "Tunnel lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45310000",
                        "description": "Electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316110",
                        "description": "Installation of road lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316211",
                        "description": "Installation of illuminated road signs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232000",
                        "description": "Maintenance services of public-lighting installations and traffic lights"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232100",
                        "description": "Street-lighting maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232110",
                        "description": "Commissioning of public lighting installations"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "11/SW"
            },
            {
                "id": "11/M",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31500000",
                        "description": "Lighting equipment and electric lamps"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31523000",
                        "description": "Illuminated signs and nameplates"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31530000",
                        "description": "Parts of lamps and lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928500",
                        "description": "Street-lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928510",
                        "description": "Street-lighting columns"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34992000",
                        "description": "Signs and illuminated signs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34992100",
                        "description": "Illuminated traffic signs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34993100",
                        "description": "Tunnel lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45310000",
                        "description": "Electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316110",
                        "description": "Installation of road lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316211",
                        "description": "Installation of illuminated road signs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232000",
                        "description": "Maintenance services of public-lighting installations and traffic lights"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232100",
                        "description": "Street-lighting maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232110",
                        "description": "Commissioning of public lighting installations"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "11/M"
            },
            {
                "id": "11/E",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31500000",
                        "description": "Lighting equipment and electric lamps"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31523000",
                        "description": "Illuminated signs and nameplates"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31530000",
                        "description": "Parts of lamps and lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928500",
                        "description": "Street-lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928510",
                        "description": "Street-lighting columns"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34992000",
                        "description": "Signs and illuminated signs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34992100",
                        "description": "Illuminated traffic signs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34993100",
                        "description": "Tunnel lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45310000",
                        "description": "Electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316110",
                        "description": "Installation of road lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316211",
                        "description": "Installation of illuminated road signs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232000",
                        "description": "Maintenance services of public-lighting installations and traffic lights"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232100",
                        "description": "Street-lighting maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232110",
                        "description": "Commissioning of public lighting installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "11/E"
            },
            {
                "id": "12/NE",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34928100",
                        "description": "Crash barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928110",
                        "description": "Road barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928300",
                        "description": "Safety barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233280",
                        "description": "Erection of road-barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233310",
                        "description": "Foundation work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45340000",
                        "description": "Fencing, railing and safety equipment installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "12/NE"
            },
            {
                "id": "12/NW",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34928100",
                        "description": "Crash barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928110",
                        "description": "Road barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928300",
                        "description": "Safety barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233280",
                        "description": "Erection of road-barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233310",
                        "description": "Foundation work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45340000",
                        "description": "Fencing, railing and safety equipment installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "12/NW"
            },
            {
                "id": "12/SE",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34928100",
                        "description": "Crash barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928110",
                        "description": "Road barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928300",
                        "description": "Safety barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233280",
                        "description": "Erection of road-barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233310",
                        "description": "Foundation work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45340000",
                        "description": "Fencing, railing and safety equipment installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "12/SE"
            },
            {
                "id": "12/SW",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34928100",
                        "description": "Crash barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928110",
                        "description": "Road barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928300",
                        "description": "Safety barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233280",
                        "description": "Erection of road-barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233310",
                        "description": "Foundation work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45340000",
                        "description": "Fencing, railing and safety equipment installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "12/SW"
            },
            {
                "id": "12/M",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34928100",
                        "description": "Crash barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928110",
                        "description": "Road barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928300",
                        "description": "Safety barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233280",
                        "description": "Erection of road-barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233310",
                        "description": "Foundation work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45340000",
                        "description": "Fencing, railing and safety equipment installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "12/M"
            },
            {
                "id": "12/E",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34928100",
                        "description": "Crash barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928110",
                        "description": "Road barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34928300",
                        "description": "Safety barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213310",
                        "description": "Construction work for buildings relating to road transport"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233100",
                        "description": "Construction work for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233141",
                        "description": "Road-maintenance works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233280",
                        "description": "Erection of road-barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233310",
                        "description": "Foundation work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45340000",
                        "description": "Fencing, railing and safety equipment installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50200000",
                        "description": "Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "12/E"
            }
        ],
        "value": {
            "amountGross": 17400000000,
            "amount": 14500000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "works",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "status": "active",
                "title": "Main Contractor (National)",
                "description": "This Lot 1 is for more complex Work Orders for which the Client requires a single prime supplier to both deliver (via self-delivery and sub-contracts) and manage schemes which could include any or all of the scope for other Lots (excluding the design Lots), including the option to deliver scheme(s) as design & build. The Lot covers the supply of products, materials, plant, equipment and people to carry out construction, removal activities and Framework Mobilisation. The procurement procedure for this Lot will be Process 1.",
                "value": {
                    "amountGross": 1861444571,
                    "amount": 1551203809,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 10
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum.",
                            "forReduction": true
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "2/NE",
                "title": "General Civils, Drainage & Concrete (North East)",
                "description": "This Lot (2/NE) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: * highway drainage assets, * pipes, * ditches, * swales, * ponds, * the control and disposal of contaminated material, * associated technology works, * earthworks, * ducting, * kerbing, * footways, * rigid pavement, * retexturing of exposed concrete pavement, * site clearance, * brick, block and stonework, * piling, * temporary works required to ensure a safe method of working, * demolition, * structural steelworks, * reinforced earth abutments, * wingwalls, * retaining walls, * concrete, * asbestos removal (planned), * earthwork stabilisation, * counterfort drains, * soil nailing, * grounder anchors, * slope netting (rock and soil), * rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and * 'innovative' stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the \"Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works\" (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * undertaking the lead contractor role as required by any Work Order, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.",
                "status": "active",
                "value": {
                    "amountGross": 117720000,
                    "amount": 98100000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "2/NW",
                "title": "General Civils, Drainage & Concrete (North West)",
                "description": "This Lot (2/NW) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: * highway drainage assets, * pipes, * ditches, * swales, * ponds, * the control and disposal of contaminated material, * associated technology works, * earthworks, * ducting, * kerbing, * footways, * rigid pavement, * retexturing of exposed concrete pavement, * site clearance, * brick, block and stonework, * piling, * temporary works required to ensure a safe method of working, * demolition, * structural steelworks, * reinforced earth abutments, * wingwalls, * retaining walls, * concrete, * asbestos removal (planned), * earthwork stabilisation, * counterfort drains, * soil nailing, * grounder anchors, * slope netting (rock and soil), * rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and * 'innovative' stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the \"Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works\" (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * undertaking the lead contractor role as required by any Work Order, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.",
                "status": "active",
                "value": {
                    "amountGross": 197109493,
                    "amount": 164257911,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "2/SE",
                "title": "General Civils, Drainage & Concrete (South East)",
                "description": "This Lot (2/SE) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: * highway drainage assets, * pipes, * ditches, * swales, * ponds, * the control and disposal of contaminated material, * associated technology works, * earthworks, * ducting, * kerbing, * footways, * rigid pavement, * retexturing of exposed concrete pavement, * site clearance, * brick, block and stonework, * piling, * temporary works required to ensure a safe method of working, * demolition, * structural steelworks, * reinforced earth abutments, * wingwalls, * retaining walls, * concrete, * asbestos removal (planned), * earthwork stabilisation, * counterfort drains, * soil nailing, * grounder anchors, * slope netting (rock and soil), * rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and * 'innovative' stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the \"Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works\" (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * undertaking the lead contractor role as required by any Work Order, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.",
                "status": "active",
                "value": {
                    "amountGross": 306545334,
                    "amount": 255454445,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "2/SW",
                "title": "General Civils, Drainage & Concrete (South West)",
                "description": "This Lot (2/SW) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: * highway drainage assets, * pipes, * ditches, * swales, * ponds, * the control and disposal of contaminated material, * associated technology works, * earthworks, * ducting, * kerbing, * footways, * rigid pavement, * retexturing of exposed concrete pavement, * site clearance, * brick, block and stonework, * piling, * temporary works required to ensure a safe method of working, * demolition, * structural steelworks, * reinforced earth abutments, * wingwalls, * retaining walls, * concrete, * asbestos removal (planned), * earthwork stabilisation, * counterfort drains, * soil nailing, * grounder anchors, * slope netting (rock and soil), * rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and * 'innovative' stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the \"Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works\" (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * undertaking the lead contractor role as required by any Work Order, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.",
                "status": "active",
                "value": {
                    "amountGross": 430182983,
                    "amount": 358485819,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "2/M",
                "title": "General Civils, Drainage & Concrete (Midlands)",
                "description": "This Lot (2/M) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: * highway drainage assets, * pipes, * ditches, * swales, * ponds, * the control and disposal of contaminated material, * associated technology works, * earthworks, * ducting, * kerbing, * footways, * rigid pavement, * retexturing of exposed concrete pavement, * site clearance, * brick, block and stonework, * piling, * temporary works required to ensure a safe method of working, * demolition, * structural steelworks, * reinforced earth abutments, * wingwalls, * retaining walls, * concrete, * asbestos removal (planned), * earthwork stabilisation, * counterfort drains, * soil nailing, * grounder anchors, * slope netting (rock and soil), * rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and * 'innovative' stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the \"Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works\" (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * undertaking the lead contractor role as required by any Work Order, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.",
                "status": "active",
                "value": {
                    "amountGross": 174300000,
                    "amount": 145250000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "2/E",
                "title": "General Civils, Drainage & Concrete (East of England)",
                "description": "This Lot (2/E) covers the supply of products, materials, plant, equipment and people to carry out construction and removal activities, including: * highway drainage assets, * pipes, * ditches, * swales, * ponds, * the control and disposal of contaminated material, * associated technology works, * earthworks, * ducting, * kerbing, * footways, * rigid pavement, * retexturing of exposed concrete pavement, * site clearance, * brick, block and stonework, * piling, * temporary works required to ensure a safe method of working, * demolition, * structural steelworks, * reinforced earth abutments, * wingwalls, * retaining walls, * concrete, * asbestos removal (planned), * earthwork stabilisation, * counterfort drains, * soil nailing, * grounder anchors, * slope netting (rock and soil), * rock slope works including dowels, bolts, scaling, buttressing, dentition, shotcrete, and * 'innovative' stabilisation techniques, such as electrokinetic osmosis, fibre reinforced soil, soil mixing and the use of geosynthetics to reinforce soil. This Lot covers all works related to drainage as defined by series 500 of the \"Manual of Contract Documents for Highway Works Volume 1 Specification for Highway Works\" (or any subsequent iteration). This Lot covers delivery and management of all other Lot areas excluding Lot 1 (Main Contractor), Lot 4 (Tunnels), Lot 5.1 (Technology Design) and Lot 5.2 (Design). Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * undertaking the lead contractor role as required by any Work Order, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 2 is 20.",
                "status": "active",
                "value": {
                    "amountGross": 379126551,
                    "amount": 315938792,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "3/NE",
                "title": "Pavements (North East)",
                "description": "This Lot (3/NE) covers: * highway maintenance, renewal, small improvements and associated services for pavements and * the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities * the delivery and management of works with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * the delivery of incident response (rapid response), * pre-construction services, * early engagement, * community and * the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.",
                "status": "active",
                "value": {
                    "amountGross": 532800000,
                    "amount": 444000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "3/NW",
                "title": "Pavements (North West)",
                "description": "This Lot (3/NW) covers: * highway maintenance, renewal, small improvements and associated services for pavements and * the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities * the delivery and management of works with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * the delivery of incident response (rapid response), * pre-construction services, * early engagement, * community and * the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.",
                "status": "active",
                "value": {
                    "amountGross": 485087184,
                    "amount": 404239320,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "3/SE",
                "title": "Pavements (South East)",
                "description": "This Lot (3/SE) covers: * highway maintenance, renewal, small improvements and associated services for pavements and * the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities * the delivery and management of works with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * the delivery of incident response (rapid response), * pre-construction services, * early engagement, * community and * the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.",
                "status": "active",
                "value": {
                    "amountGross": 375524017,
                    "amount": 312936681,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "3/SW",
                "title": "Pavements (South West)",
                "description": "This Lot (3/SW) covers: * highway maintenance, renewal, small improvements and associated services for pavements and * the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities * the delivery and management of works with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * the delivery of incident response (rapid response), * pre-construction services, * early engagement, * community and * the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.",
                "status": "active",
                "value": {
                    "amountGross": 350788658,
                    "amount": 292323882,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "3/M",
                "title": "Pavements (Midlands)",
                "description": "This Lot (3/M) covers: * highway maintenance, renewal, small improvements and associated services for pavements and * the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities * the delivery and management of works with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * the delivery of incident response (rapid response), * pre-construction services, * early engagement, * community and * the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.",
                "status": "active",
                "value": {
                    "amountGross": 678000000,
                    "amount": 565000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "3/E",
                "title": "Pavements (East of England)",
                "description": "This Lot (3/E) covers: * highway maintenance, renewal, small improvements and associated services for pavements and * the supply of materials, plant, equipment and people to carry out surfacing and pavement construction operations including o bituminous and associated concrete pavement repairs, o surface restoration techniques, o planning, o paving, o retexturing, o high friction surfacing, o iron work adjustment and renewal, o cold applied ultra-thin surfacing (CAUTS), o hydraulically bound mixtures, o in-situ and ex-situ recycling, o loops and associated works, o footway surfacing and asphalt kerbing and o temporary works. Other duties This lot also includes the following activities * the delivery and management of works with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * undertaking the principal designer role as required by the Client (optional), * the delivery of incident response (rapid response), * pre-construction services, * early engagement, * community and * the provision of Urgent Works The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 3 is 15.",
                "status": "active",
                "value": {
                    "amountGross": 554464694,
                    "amount": 462053912,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "4",
                "title": "Tunnels (National)",
                "description": "This Lot 4 covers the supply of materials, plant, equipment and people to carry out construction, commissioning, integrated commissioning, integrated testing and removal activities within and related to road tunnels, including the option to deliver scheme(s) as design & build. Scope includes but not limited to * electrical systems, * mechanical systems, * technology systems and * design and installation of temporary works. Suppliers may be provided with specialist technology assets by the Client. Other duties This Lot also includes the following activities * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * carrying out surveys, * fault finding and diagnostics, * pre-construction services, * early engagement, * undertaking the principal designer role as required by the Client, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the delivery of incident response (rapid response), * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2.",
                "status": "active",
                "value": {
                    "amountGross": 33600000,
                    "amount": 28000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 4
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "5.1/North",
                "title": "Technology Design (North East, North West & Midlands)",
                "description": "This Lot (5.1/North) covers the design of highway maintenance, renewal and small improvement and associated services with a primary focus on technology including: * structures, * landscaping, * pavements, * drainage, * traffic modelling, * traffic signals, * geometrical designs, * geotechnics, * technology, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision and * stakeholder engagement/consultation. Other duties This Lot also includes the following activities: * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out above, * carrying out surveys (intrusive and non-intrusive), * pre-construction services, * early engagement, * undertaking the principal designer role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for both Sublots within Lot 5.1 is 8",
                "status": "active",
                "value": {
                    "amountGross": 102188689,
                    "amount": 85157241,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 8
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "5.1/South",
                "title": "Technology Design (South East, South West & East of England)",
                "description": "This Lot (5.1/South) covers the design of highway maintenance, renewal and small improvement and associated services with a primary focus on technology including: * structures, * landscaping, * pavements, * drainage, * traffic modelling, * traffic signals, * geometrical designs, * geotechnics, * technology, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision and * stakeholder engagement/consultation. Other duties This Lot also includes the following activities: * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out above, * carrying out surveys (intrusive and non-intrusive), * pre-construction services, * early engagement, * undertaking the principal designer role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for both Sublots within Lot 5.1 is 8",
                "status": "active",
                "value": {
                    "amountGross": 96175117,
                    "amount": 80145931,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 8
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "5.2/NE",
                "title": "Design (North East)",
                "description": "This Lot (5.2/NE) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: * structures, * landscaping, * pavements, * drainage, * earthworks, * traffic signals and signs, * geometrical designs, * geotechnics, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision, * stakeholder engagement/consultation * non-technology schemes that have technology design. Other duties This Lot also includes the following activities; * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out in above, * carrying out surveys (intrusive and non-intrusive), * early engagement, * design validation, * undertaking the principal designer role as required by the Client, * the management of network occupancy, * undertaking the role of technical advisor as required by the Client, * undertaking the role of independent works examiner as required by the Client, * modelling services (e.g. traffic and economic), * supporting governance submissions for both the Client and DfT, * creating business cases in line with the Treasury green book requirements, * land referencing, * planning submissions including development consent orders (DCO), * the delivery of incident response (rapid response), * demobilisation, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15",
                "status": "active",
                "value": {
                    "amountGross": 137260915,
                    "amount": 114384096,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "5.2/NW",
                "title": "Design (North West)",
                "description": "This Lot (5.2/NW) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: * structures, * landscaping, * pavements, * drainage, * earthworks, * traffic signals and signs, * geometrical designs, * geotechnics, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision, * stakeholder engagement/consultation * non-technology schemes that have technology design. Other duties This Lot also includes the following activities; * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out in above, * carrying out surveys (intrusive and non-intrusive), * early engagement, * design validation, * undertaking the principal designer role as required by the Client, * the management of network occupancy, * undertaking the role of technical advisor as required by the Client, * undertaking the role of independent works examiner as required by the Client, * modelling services (e.g. traffic and economic), * supporting governance submissions for both the Client and DfT, * creating business cases in line with the Treasury green book requirements, * land referencing, * planning submissions including development consent orders (DCO), * the delivery of incident response (rapid response), * demobilisation, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15",
                "status": "active",
                "value": {
                    "amountGross": 158876854,
                    "amount": 132397378,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "5.2/SE",
                "title": "Design (South East)",
                "description": "This Lot (5.2/SE) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: * structures, * landscaping, * pavements, * drainage, * earthworks, * traffic signals and signs, * geometrical designs, * geotechnics, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision, * stakeholder engagement/consultation * non-technology schemes that have technology design. Other duties This Lot also includes the following activities; * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out in above, * carrying out surveys (intrusive and non-intrusive), * early engagement, * design validation, * undertaking the principal designer role as required by the Client, * the management of network occupancy, * undertaking the role of technical advisor as required by the Client, * undertaking the role of independent works examiner as required by the Client, * modelling services (e.g. traffic and economic), * supporting governance submissions for both the Client and DfT, * creating business cases in line with the Treasury green book requirements, * land referencing, * planning submissions including development consent orders (DCO), * the delivery of incident response (rapid response), * demobilisation, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15",
                "status": "active",
                "value": {
                    "amountGross": 135977472,
                    "amount": 113314560,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "5.2/SW",
                "title": "Design (South West)",
                "description": "This Lot (5.2/SW) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: * structures, * landscaping, * pavements, * drainage, * earthworks, * traffic signals and signs, * geometrical designs, * geotechnics, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision, * stakeholder engagement/consultation * non-technology schemes that have technology design. Other duties This Lot also includes the following activities; * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out in above, * carrying out surveys (intrusive and non-intrusive), * early engagement, * design validation, * undertaking the principal designer role as required by the Client, * the management of network occupancy, * undertaking the role of technical advisor as required by the Client, * undertaking the role of independent works examiner as required by the Client, * modelling services (e.g. traffic and economic), * supporting governance submissions for both the Client and DfT, * creating business cases in line with the Treasury green book requirements, * land referencing, * planning submissions including development consent orders (DCO), * the delivery of incident response (rapid response), * demobilisation, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15",
                "status": "active",
                "value": {
                    "amountGross": 126939854,
                    "amount": 105783212,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "5.2/M",
                "title": "Design (Midlands)",
                "description": "This Lot (5.2/M) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: * structures, * landscaping, * pavements, * drainage, * earthworks, * traffic signals and signs, * geometrical designs, * geotechnics, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision, * stakeholder engagement/consultation * non-technology schemes that have technology design. Other duties This Lot also includes the following activities; * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out in above, * carrying out surveys (intrusive and non-intrusive), * early engagement, * design validation, * undertaking the principal designer role as required by the Client, * the management of network occupancy, * undertaking the role of technical advisor as required by the Client, * undertaking the role of independent works examiner as required by the Client, * modelling services (e.g. traffic and economic), * supporting governance submissions for both the Client and DfT, * creating business cases in line with the Treasury green book requirements, * land referencing, * planning submissions including development consent orders (DCO), * the delivery of incident response (rapid response), * demobilisation, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15",
                "status": "active",
                "value": {
                    "amountGross": 88962000,
                    "amount": 74135000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "5.2/E",
                "title": "Design (East of England)",
                "description": "This Lot (5.2/E) covers the design of highway maintenance, renewal and improvement and associated services. The primary focus is on non-technology assets including: * structures, * landscaping, * pavements, * drainage, * earthworks, * traffic signals and signs, * geometrical designs, * geotechnics, * lighting, * motorway communications, * environmental, * noise quality (including non-invasive surveys), * air quality (including non-invasive surveys), * vehicle restraint systems, * depots, * preparation of contract documents, * site supervision, * stakeholder engagement/consultation * non-technology schemes that have technology design. Other duties This Lot also includes the following activities; * Framework Mobilisation, * framework mobilisation for the purpose of the activities set out in above, * carrying out surveys (intrusive and non-intrusive), * early engagement, * design validation, * undertaking the principal designer role as required by the Client, * the management of network occupancy, * undertaking the role of technical advisor as required by the Client, * undertaking the role of independent works examiner as required by the Client, * modelling services (e.g. traffic and economic), * supporting governance submissions for both the Client and DfT, * creating business cases in line with the Treasury green book requirements, * land referencing, * planning submissions including development consent orders (DCO), * the delivery of incident response (rapid response), * demobilisation, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 1. The maximum number of suppliers to be invited to tender for all Sublots within Lot 5.2 is 15",
                "status": "active",
                "value": {
                    "amountGross": 91301460,
                    "amount": 76084550,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "6/NE",
                "title": "Traffic Management (North East)",
                "description": "This Lot (6/NE) covers the design, supply of materials, plant and people and equipment for the: * installation, maintenance and removal of temporary traffic management, * installation, maintenance and removal of temporary safety barrier systems, * installation, maintenance and removal of temporary speed enforcement systems, * installation, maintenance and removal of temporary CCTV systems, * management of breakdown recovery services, * installation, maintenance and removal of temporary road markings and road studs and * removal of existing road markings and road studs. Other duties This Lot also includes the following activities: * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy and * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15",
                "status": "active",
                "value": {
                    "amountGross": 258847199,
                    "amount": 215705999,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "6/NW",
                "title": "Traffic Management (North West)",
                "description": "This Lot (6/NW) covers the design, supply of materials, plant and people and equipment for the: * installation, maintenance and removal of temporary traffic management, * installation, maintenance and removal of temporary safety barrier systems, * installation, maintenance and removal of temporary speed enforcement systems, * installation, maintenance and removal of temporary CCTV systems, * management of breakdown recovery services, * installation, maintenance and removal of temporary road markings and road studs and * removal of existing road markings and road studs. Other duties This Lot also includes the following activities: * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy and * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15",
                "status": "active",
                "value": {
                    "amountGross": 317809686,
                    "amount": 264841405,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "6/SE",
                "title": "Traffic Management (South East)",
                "description": "This Lot (6/SE) covers the design, supply of materials, plant and people and equipment for the: * installation, maintenance and removal of temporary traffic management, * installation, maintenance and removal of temporary safety barrier systems, * installation, maintenance and removal of temporary speed enforcement systems, * installation, maintenance and removal of temporary CCTV systems, * management of breakdown recovery services, * installation, maintenance and removal of temporary road markings and road studs and * removal of existing road markings and road studs. Other duties This Lot also includes the following activities: * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy and * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15",
                "status": "active",
                "value": {
                    "amountGross": 190151189,
                    "amount": 158459324,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "6/SW",
                "title": "Traffic Management (South West)",
                "description": "This Lot (6/SW) covers the design, supply of materials, plant and people and equipment for the: * installation, maintenance and removal of temporary traffic management, * installation, maintenance and removal of temporary safety barrier systems, * installation, maintenance and removal of temporary speed enforcement systems, * installation, maintenance and removal of temporary CCTV systems, * management of breakdown recovery services, * installation, maintenance and removal of temporary road markings and road studs and * removal of existing road markings and road studs. Other duties This Lot also includes the following activities: * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy and * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15",
                "status": "active",
                "value": {
                    "amountGross": 346677207,
                    "amount": 288897673,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "6/M",
                "title": "Traffic Management (Midlands)",
                "description": "This Lot (6/M) covers the design, supply of materials, plant and people and equipment for the: * installation, maintenance and removal of temporary traffic management, * installation, maintenance and removal of temporary safety barrier systems, * installation, maintenance and removal of temporary speed enforcement systems, * installation, maintenance and removal of temporary CCTV systems, * management of breakdown recovery services, * installation, maintenance and removal of temporary road markings and road studs and * removal of existing road markings and road studs. Other duties This Lot also includes the following activities: * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy and * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15",
                "status": "active",
                "value": {
                    "amountGross": 345480000,
                    "amount": 287900000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "6/E",
                "title": "Traffic Management (East of England)",
                "description": "This Lot (6/E) covers the design, supply of materials, plant and people and equipment for the: * installation, maintenance and removal of temporary traffic management, * installation, maintenance and removal of temporary safety barrier systems, * installation, maintenance and removal of temporary speed enforcement systems, * installation, maintenance and removal of temporary CCTV systems, * management of breakdown recovery services, * installation, maintenance and removal of temporary road markings and road studs and * removal of existing road markings and road studs. Other duties This Lot also includes the following activities: * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * early engagement, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy and * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 6 is 15",
                "status": "active",
                "value": {
                    "amountGross": 216556131,
                    "amount": 180463442,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "7/NE",
                "title": "Structures (North East)",
                "description": "This Lot (7/NE) covers the supply of materials, plant and people for the: * installation of temporary works, * application of maintenance painting systems including specialist corrosion protection systems, * removal, installation and repair of concrete on highway structures, * removal, installation and repair of concrete bridge parapets, * removal, installation and repair of bridge bearings and * remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15",
                "status": "active",
                "value": {
                    "amountGross": 144000000,
                    "amount": 120000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "7/NW",
                "title": "Structures (North West)",
                "description": "This Lot (7/NW) covers the supply of materials, plant and people for the: * installation of temporary works, * application of maintenance painting systems including specialist corrosion protection systems, * removal, installation and repair of concrete on highway structures, * removal, installation and repair of concrete bridge parapets, * removal, installation and repair of bridge bearings and * remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15",
                "status": "active",
                "value": {
                    "amountGross": 32625814,
                    "amount": 27188178,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "7/SE",
                "title": "Structures (South East)",
                "description": "This Lot (7/SE) covers the supply of materials, plant and people for the: * installation of temporary works, * application of maintenance painting systems including specialist corrosion protection systems, * removal, installation and repair of concrete on highway structures, * removal, installation and repair of concrete bridge parapets, * removal, installation and repair of bridge bearings and * remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15",
                "status": "active",
                "value": {
                    "amountGross": 73407618,
                    "amount": 61173015,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "7/SW",
                "title": "Structures (South West)",
                "description": "This Lot (7/SW) covers the supply of materials, plant and people for the: * installation of temporary works, * application of maintenance painting systems including specialist corrosion protection systems, * removal, installation and repair of concrete on highway structures, * removal, installation and repair of concrete bridge parapets, * removal, installation and repair of bridge bearings and * remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15",
                "status": "active",
                "value": {
                    "amountGross": 39915314,
                    "amount": 33262762,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "7/M",
                "title": "Structures (Midlands)",
                "description": "This Lot (7/M) covers the supply of materials, plant and people for the: * installation of temporary works, * application of maintenance painting systems including specialist corrosion protection systems, * removal, installation and repair of concrete on highway structures, * removal, installation and repair of concrete bridge parapets, * removal, installation and repair of bridge bearings and * remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15",
                "status": "active",
                "value": {
                    "amountGross": 135600000,
                    "amount": 113000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "7/E",
                "title": "Structures (East of England)",
                "description": "This Lot (7/E) covers the supply of materials, plant and people for the: * installation of temporary works, * application of maintenance painting systems including specialist corrosion protection systems, * removal, installation and repair of concrete on highway structures, * removal, installation and repair of concrete bridge parapets, * removal, installation and repair of bridge bearings and * remove, repair and installation of cathodic protection. Other duties This lot also includes the following activities * the delivery and management of works associated with or ancillary to the activities set out above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 7 is 15",
                "status": "active",
                "value": {
                    "amountGross": 22205030,
                    "amount": 18504192,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "8/NE",
                "title": "Joints & Waterproofing (North East)",
                "description": "This Lot (8/NE) covers the supply of materials, plant and people for the installation, removal of and repair work to: * highways structure expansion joints, * waterproofing systems, * associated concrete repair, * testing of existing waterproofing systems, and * installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out above * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15",
                "status": "active",
                "value": {
                    "amountGross": 36000000,
                    "amount": 30000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "8/NW",
                "title": "Joints & Waterproofing (North West)",
                "description": "This Lot (8/NW) covers the supply of materials, plant and people for the installation, removal of and repair work to: * highways structure expansion joints, * waterproofing systems, * associated concrete repair, * testing of existing waterproofing systems, and * installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out above * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15",
                "status": "active",
                "value": {
                    "amountGross": 28457425,
                    "amount": 23714521,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "8/SE",
                "title": "Joints & Waterproofing (South East)",
                "description": "This Lot (8/SE) covers the supply of materials, plant and people for the installation, removal of and repair work to: * highways structure expansion joints, * waterproofing systems, * associated concrete repair, * testing of existing waterproofing systems, and * installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out above * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15",
                "status": "active",
                "value": {
                    "amountGross": 27942784,
                    "amount": 23285653,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "8/SW",
                "title": "Joints & Waterproofing (South West)",
                "description": "This Lot (8/SW) covers the supply of materials, plant and people for the installation, removal of and repair work to: * highways structure expansion joints, * waterproofing systems, * associated concrete repair, * testing of existing waterproofing systems, and * installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out above * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15",
                "status": "active",
                "value": {
                    "amountGross": 21477602,
                    "amount": 17898001,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "8/M",
                "title": "Joints & Waterproofing (Midlands)",
                "description": "This Lot (8/M) covers the supply of materials, plant and people for the installation, removal of and repair work to: * highways structure expansion joints, * waterproofing systems, * associated concrete repair, * testing of existing waterproofing systems, and * installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out above * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15",
                "status": "active",
                "value": {
                    "amountGross": 29520000,
                    "amount": 24600000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "8/E",
                "title": "Joints & Waterproofing (East of England)",
                "description": "This Lot (8/E) covers the supply of materials, plant and people for the installation, removal of and repair work to: * highways structure expansion joints, * waterproofing systems, * associated concrete repair, * testing of existing waterproofing systems, and * installation, maintenance and removal of any temporary works required to ensure a safe method of working. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out above * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 8 is 15",
                "status": "active",
                "value": {
                    "amountGross": 22205030,
                    "amount": 18504192,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 15
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "9/NE",
                "title": "Landscaping (North East)",
                "description": "This Lot (9/NE) covers the supply of materials, plant and people to carry out landscaping and ecology works including: * weed control, * wildlife control, * ground preparation, * seeding, * turfing, * boundary fencing, * planting, * watering, * tree and shrub maintenance, * creation and management of waterbodies as and any other ecological measures and * landscape clearance. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in section above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in section above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20",
                "status": "active",
                "value": {
                    "amountGross": 27450000,
                    "amount": 22875000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "9/NW",
                "title": "Landscaping (North West)",
                "description": "This Lot (9/NW) covers the supply of materials, plant and people to carry out landscaping and ecology works including: * weed control, * wildlife control, * ground preparation, * seeding, * turfing, * boundary fencing, * planting, * watering, * tree and shrub maintenance, * creation and management of waterbodies as and any other ecological measures and * landscape clearance. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in section above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in section above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20",
                "status": "active",
                "value": {
                    "amountGross": 21870749,
                    "amount": 18225624,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "9/SE",
                "title": "Landscaping (South East)",
                "description": "This Lot (9/SE) covers the supply of materials, plant and people to carry out landscaping and ecology works including: * weed control, * wildlife control, * ground preparation, * seeding, * turfing, * boundary fencing, * planting, * watering, * tree and shrub maintenance, * creation and management of waterbodies as and any other ecological measures and * landscape clearance. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in section above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in section above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20",
                "status": "active",
                "value": {
                    "amountGross": 16800000,
                    "amount": 14000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "9/SW",
                "title": "Landscaping (South West)",
                "description": "This Lot (9/SW) covers the supply of materials, plant and people to carry out landscaping and ecology works including: * weed control, * wildlife control, * ground preparation, * seeding, * turfing, * boundary fencing, * planting, * watering, * tree and shrub maintenance, * creation and management of waterbodies as and any other ecological measures and * landscape clearance. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in section above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in section above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20",
                "status": "active",
                "value": {
                    "amountGross": 9053874,
                    "amount": 7544895,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "9/M",
                "title": "Landscaping (Midlands)",
                "description": "This Lot (9/M) covers the supply of materials, plant and people to carry out landscaping and ecology works including: * weed control, * wildlife control, * ground preparation, * seeding, * turfing, * boundary fencing, * planting, * watering, * tree and shrub maintenance, * creation and management of waterbodies as and any other ecological measures and * landscape clearance. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in section above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in section above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20",
                "status": "active",
                "value": {
                    "amountGross": 36000000,
                    "amount": 30000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "9/E",
                "title": "Landscaping (East of England)",
                "description": "This Lot (9/E) covers the supply of materials, plant and people to carry out landscaping and ecology works including: * weed control, * wildlife control, * ground preparation, * seeding, * turfing, * boundary fencing, * planting, * watering, * tree and shrub maintenance, * creation and management of waterbodies as and any other ecological measures and * landscape clearance. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in section above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in section above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 9 is 20",
                "status": "active",
                "value": {
                    "amountGross": 16914341,
                    "amount": 14095284,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "10/NE",
                "title": "Road Markings (North East)",
                "description": "This Lot (10/NE) covers the supply of materials, plant and people for the installation and removal of: * highway road markings, * road studs, * installation and removal of temporary road markings and road studs, * high friction surfacing, * crack sealing and * pavement joint repair. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20",
                "status": "active",
                "value": {
                    "amountGross": 46789200,
                    "amount": 38991000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "10/NW",
                "title": "Road Markings (North West)",
                "description": "This Lot (10/NW) covers the supply of materials, plant and people for the installation and removal of: * highway road markings, * road studs, * installation and removal of temporary road markings and road studs, * high friction surfacing, * crack sealing and * pavement joint repair. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20",
                "status": "active",
                "value": {
                    "amountGross": 41886239,
                    "amount": 34905199,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "10/SE",
                "title": "Road Markings (South East)",
                "description": "This Lot (10/SE) covers the supply of materials, plant and people for the installation and removal of: * highway road markings, * road studs, * installation and removal of temporary road markings and road studs, * high friction surfacing, * crack sealing and * pavement joint repair. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20",
                "status": "active",
                "value": {
                    "amountGross": 30585943,
                    "amount": 25488286,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "10/SW",
                "title": "Road Markings (South West)",
                "description": "This Lot (10/SW) covers the supply of materials, plant and people for the installation and removal of: * highway road markings, * road studs, * installation and removal of temporary road markings and road studs, * high friction surfacing, * crack sealing and * pavement joint repair. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20",
                "status": "active",
                "value": {
                    "amountGross": 26750887,
                    "amount": 22292405,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "10/M",
                "title": "Road Markings (Midlands)",
                "description": "This Lot (10/M) covers the supply of materials, plant and people for the installation and removal of: * highway road markings, * road studs, * installation and removal of temporary road markings and road studs, * high friction surfacing, * crack sealing and * pavement joint repair. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20",
                "status": "active",
                "value": {
                    "amountGross": 98400000,
                    "amount": 82000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "10/E",
                "title": "Road Markings (East of England)",
                "description": "This Lot (10/E) covers the supply of materials, plant and people for the installation and removal of: * highway road markings, * road studs, * installation and removal of temporary road markings and road studs, * high friction surfacing, * crack sealing and * pavement joint repair. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of the activities set out in above, * undertaking the principal contractor role as required by the Client, * pre-construction services, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 10 is 20",
                "status": "active",
                "value": {
                    "amountGross": 75568832,
                    "amount": 62974027,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "11/NE",
                "title": "Signs & Lighting (North East)",
                "description": "This Lot (11/NE) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: * road lighting and * traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of section above, * pre-construction services, * elements of supplier design, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * the management of network occupancy, * temporary works, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20",
                "status": "active",
                "value": {
                    "amountGross": 78516000,
                    "amount": 65430000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "11/NW",
                "title": "Signs & Lighting (North West)",
                "description": "This Lot (11/NW) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: * road lighting and * traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of section above, * pre-construction services, * elements of supplier design, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * the management of network occupancy, * temporary works, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20",
                "status": "active",
                "value": {
                    "amountGross": 101279197,
                    "amount": 84399331,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "11/SE",
                "title": "Signs & Lighting (South East)",
                "description": "This Lot (11/SE) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: * road lighting and * traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of section above, * pre-construction services, * elements of supplier design, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * the management of network occupancy, * temporary works, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20",
                "status": "active",
                "value": {
                    "amountGross": 37368635,
                    "amount": 31140529,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "11/SW",
                "title": "Signs & Lighting (South West)",
                "description": "This Lot (11/SW) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: * road lighting and * traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of section above, * pre-construction services, * elements of supplier design, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * the management of network occupancy, * temporary works, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20",
                "status": "active",
                "value": {
                    "amountGross": 12723810,
                    "amount": 10603175,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "11/M",
                "title": "Signs & Lighting (Midlands)",
                "description": "This Lot (11/M) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: * road lighting and * traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of section above, * pre-construction services, * elements of supplier design, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * the management of network occupancy, * temporary works, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20",
                "status": "active",
                "value": {
                    "amountGross": 108000000,
                    "amount": 90000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "11/E",
                "title": "Signs & Lighting (East of England)",
                "description": "This Lot (11/E) covers the supply of materials, plant, products and people for the installation, removal and commissioning of: * road lighting and * traffic signs and other highway electrical equipment (excluding roadside technology assets). Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of section above, * pre-construction services, * elements of supplier design, * the provision of welfare facilities, * undertaking the principal contractor role as required by the Client, * the management of network occupancy, * temporary works, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 11 is 20",
                "status": "active",
                "value": {
                    "amountGross": 66615091,
                    "amount": 55512576,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "12/NE",
                "title": "Vehicle Restraint Systems / Road Restraint Systems (North East)",
                "description": "This Lot (12/NE) covers the supply of materials, plant and people for the: * installation and removal of road restraint systems (vehicle and pedestrian), * installation and repair of non-concrete bridge parapets, * push tests of existing road restraint systems, * temporary works and * installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20",
                "status": "active",
                "value": {
                    "amountGross": 80190000,
                    "amount": 66825000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "12/NW",
                "title": "Vehicle Restraint Systems / Road Restraint Systems (North West)",
                "description": "This Lot (12/NW) covers the supply of materials, plant and people for the: installation and removal of road restraint systems (vehicle and pedestrian), * installation and repair of non-concrete bridge parapets, * push tests of existing road restraint systems, * temporary works and * installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20",
                "status": "active",
                "value": {
                    "amountGross": 26666203,
                    "amount": 22221836,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "12/SE",
                "title": "Vehicle Restraint Systems / Road Restraint Systems (South East)",
                "description": "This Lot (12/SE) covers the supply of materials, plant and people for the: installation and removal of road restraint systems (vehicle and pedestrian), * installation and repair of non-concrete bridge parapets, * push tests of existing road restraint systems, * temporary works and * installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20",
                "status": "active",
                "value": {
                    "amountGross": 73509548,
                    "amount": 61257957,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "12/SW",
                "title": "Vehicle Restraint Systems / Road Restraint Systems (South West)",
                "description": "This Lot (12/SW) covers the supply of materials, plant and people for the: installation and removal of road restraint systems (vehicle and pedestrian), * installation and repair of non-concrete bridge parapets, * push tests of existing road restraint systems, * temporary works and * installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20",
                "status": "active",
                "value": {
                    "amountGross": 50086183,
                    "amount": 41738486,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "12/M",
                "title": "Vehicle Restraint Systems / Road Restraint Systems (Midlands)",
                "description": "This Lot (12/M) covers the supply of materials, plant and people for the: installation and removal of road restraint systems (vehicle and pedestrian), * installation and repair of non-concrete bridge parapets, * push tests of existing road restraint systems, * temporary works and * installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20",
                "status": "active",
                "value": {
                    "amountGross": 79200000,
                    "amount": 66000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            },
            {
                "id": "12/E",
                "title": "Vehicle Restraint Systems / Road Restraint Systems (East of England)",
                "description": "This Lot (12/E) covers the supply of materials, plant and people for the: installation and removal of road restraint systems (vehicle and pedestrian), * installation and repair of non-concrete bridge parapets, * push tests of existing road restraint systems, * temporary works and * installation and removal of highway fencing and environmental barrier. Other duties This Lot also includes the following activities: * the delivery and management of works associated with or ancillary to the activities set out in above, * design of their works (optional) * Framework Mobilisation, * mobilisation for the purpose of above, * pre-construction services, * undertaking the principal contractor role as required by the Client, * the provision of welfare facilities, * the management of network occupancy, * community and * the provision of Urgent Works. The procurement procedure for this Lot will be Process 2. The maximum number of suppliers to be invited to tender for all Sublots within Lot 12 is 20",
                "status": "active",
                "value": {
                    "amountGross": 39969054,
                    "amount": 33307545,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Submission",
                            "description": "As part of the Quality Submission at Tender stage, Suppliers will be required to respond to a number of Quality Questions based on the themes below. - Health and Safety (Lot specific) - Stakeholder Management and Collaboration (Framework level) - Commercial (Framework level) - Delivery (Lot specific) - Organisation and Resources (Framework level) - Social Value (Framework level) Each Quality Question will be weighted individually to reach the full percentage weighting (i.e. 70%). More information on the weightings and scoring methodology will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial Submission",
                            "description": "As part of the Commercial Submission at Tender stage, National Highways will use both the Weighted Value for Money Index (WVFMI) and the Relative Evaluation method to assess the tenders, depending on the Lots the suppliers tender for. More information on the tender assessment procedure will be detailed in the Invitation to Tender documents, following supplier shortlisting at CoP stage.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "maximumCandidates": 20
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the Conditions of Participation Guidance document."
                        },
                        {
                            "description": "Please refer to the Information Memorandum document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-09-15T00:00:00+01:00",
                    "endDate": "2035-09-15T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-01-22T23:59:59+00:00"
        },
        "status": "active",
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The procurement will follow the Competitive Flexible Procedure (CFP) in accordance with the Procurement Act 2023 and associated Procurement Regulations 2024. The Competitive Flexible Procedure has been selected as it provides National Highways with the opportunity to achieve a more effective, flexible, and value-driven procurement process, ultimately leading to better project outcomes and a stronger Service Provider relationship. National Highways will be employing the use of two different Competitive Flexible Procedures dependent upon the Lot. For Lots 1, 5.1 and 5.2, National Highways will utilise a 3-stage process (Process 1) and for Lots 2, 3, 4, 6, 7, 8, 9, 10, 11 & 12, a 2-stage process will be used (Process 2). A full description of the two Competitive Flexible Procedures and how National Highways intends to employ them can be found in the Conditions of Participation Documents, specifically the Information Memorandum. As well as the Guidance documents to support suppliers through the Conditions of Participation process, National Highways has recorded a number of informative narrated presentations to guide suppliers through the procurement process. These presentations can be found on National Highways eSourcing Portal. Registration information can be found in the \"Submission\" section of this notice. National Highways informs that where a number has been applied to the maximum number of suppliers to be invited to tender, this relates to all Sublots under a Lot rather than an individual Sublot. Note: registration on the Central Digital Platform will be a mandatory requirement to participate in this procurement process. We hereby confirm, National Highways has conducted a Conflict of Interest (CoI) assessment, prior to the issue of this Notice. Such CoI assessments shall continue at appropriate stages throughout this procurement process."
        },
        "coveredBy": [
            "GPA"
        ],
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 212,
                "method": "withAndWithoutReopeningCompetition",
                "periodRationale": "The Framework Agreement will have a term of 8 years for the following reasons: - The longer framework term allows our supply chain to invest in innovation, people, and equipment, giving overall best value, maximising productivity, and the ability to meet efficiency targets. - Building collaborative relationships and understanding the different ways of working takes time (up to two years), therefore increasing the term beyond 4 years maximises that investment in time and effort within the strategic partnerships. - Reducing the number of times the Small, Medium Enterprises (SMEs) within our supply chain need to tender provides stability and longer-term business prosperity. - Results from Market Engagement showed that the supply chain preferred an 8-year framework over a 4 or 6-year framework for the reasons mentioned in the previous bullet points above.",
                "type": "open",
                "buyerCategories": "Future Lower Thames Crossing Regulated Asset Base Vehicle and the Maintenance & Response suppliers.",
                "description": "Please refer to the Information Memorandum. The framework will allow both award without further competition and via a competitive selection process. The procedures for award differs across Lots."
            }
        },
        "submissionMethodDetails": "National Highways will use an eSourcing Portal called Jaggaer in this procurement exercise. Information on how to take part in this Tender is detailed below: 1. Register your company on the eSourcing portal (this is only required once): Visit - https://nationalhighways.ukp.app.jaggaer.com/ and click the link to register. Accept the terms and conditions and click 'continue' - Enter your business and user details - Note the username you chose and click 'Save' when complete - You will shortly receive an email with your unique password. 2. Express an Interest in the tender: a. Login to the portal - Click in the 'PQQs Open to All Suppliers' area. (These are Pre-Qualification Questionnaires, aka Procurement Specific Questionnaire (PSQ) open to any registered supplier). Click on the relevant PQQ to access the content. Suppliers are advised to ensure they fully understand the PQQs they are required to complete. b. Click the 'Express Interest' button at the top of the page. This will move the PQQ into your 'My PQQs' page (This is a secure area reserved for your projects only). You can access any attachments by clicking the 'Buyer Attachments' in the 'PQQ Details' box. You will need to complete this process on every PQQ (Lot) are you applying for. All suppliers are required to complete PQQ_105. 3. Responding to the tender - Click 'My Response' under 'PQQ Details', you can 'Create Response' or 'Decline to Respond' (please give a reason if declining).You can use the 'Messages' function to communicate with the buyer and seek any clarification. Note the deadline for completion, then follow the onscreen instructions to complete the PQQ. Submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance, please consult online help or contact the eTendering help desk. You should also be aware that if your bid is successful the resulting contract will be published. In some circumstances, limited redactions will be made to tender documentation and/or contracts before they are published in order to comply with existing law, to protect commercial interests and for the protection of national security. Further information will be set out in the Tender Documents. Framework dates stated are indicative and may be subject to change. National Highways reserves the right not to accept the highest scoring, or any, tender. Bidders should note that tenders are submitted at the supplier's own cost and risk. National Highways may cancel the competition or part of it for any reason, and bidders' costs will not be reimbursed. National Highways expressly reserves the right (i) not to award any contract as a result of this tendering exercise commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will National Highways be liable for any costs incurred by candidates.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-11-14T17:00:00+00:00",
        "enquiryPeriod": {
            "endDate": "2025-10-24T17:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2027-06-01T23:59:59+01:00"
        },
        "lotDetails": {
            "awardCriteriaDetails": "Please refer to Annex E of the Conditions of Participation Guidance document (SDF2_PSQ_Annex E_Bidding and Award Rules)"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "Following the Conditions of Participation stage, the Tender documents will be made available to the shortlisted suppliers via the eSourcing Portal."
            },
            {
                "id": "A-5622",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-5622",
                "format": "application/octet-stream"
            },
            {
                "id": "A-5623",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-5623",
                "format": "application/pdf"
            },
            {
                "id": "A-5624",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-5624",
                "format": "application/pdf"
            },
            {
                "id": "A-5625",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-5625",
                "format": "application/pdf"
            },
            {
                "id": "060400-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/060400-2025",
                "datePublished": "2025-09-29T10:57:13+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "As per the Contract documents."
        },
        "riskDetails": "National Highways has identified a number of known risks that may occur during the term for the framework agreement. These will be set out in the draft contract documents as Compensation Events. Should any of the known risks materialise, National Highways reserves the right to make a modification in accordance with Schedule 8 of the Procurement Act 2023."
    },
    "language": "en"
}