Award

Strategy Framework

NUCLEAR DECOMMISSIONING AUTHORITY

This public procurement record has 7 releases in its history.

Award

27 Mar 2026 at 14:03

Award

26 Jan 2026 at 16:23

TenderUpdate

09 Oct 2025 at 15:37

Tender

02 Oct 2025 at 12:57

PlanningUpdate

17 Jul 2025 at 13:41

Planning

17 Jul 2025 at 12:19

Planning

21 May 2025 at 12:45

Summary of the contracting process

The Nuclear Decommissioning Authority (NDA), a public authority within the central government of the United Kingdom, is overseeing the procurement process for the "Strategy Framework," focused on providing specialist technical and strategic support for strategy development to the NDA Group. This project pertains to the research consultancy services sector, with work spanning across various strategic themes such as site decommissioning, nuclear materials management, and integrated waste management. Based in Cumbria, the NDA has proceeded to the award stage as of 27 March 2026, awarding the contract to TUV SUD Ltd. The contract is scheduled to commence on 1 April 2026 and will extend through to 31 March 2028, with potential extensions up to 31 March 2030. The procurement method employed was open procedure within a framework agreement setting, promising renewed competitive opportunities periodically.

This tender is strategically significant for businesses within the research and development consultancy sector, offering participation in high-value projects related to nuclear decommissioning and strategy development. It provides a platform for companies with specialised technical expertise, particularly those capable of delivering complex technical programmes and possessing knowledge of regulatory frameworks and the nuclear enterprise. Businesses with capabilities in engaging multi-disciplinary teams and managing intricate technical challenges related to nuclear industry standards will find substantial opportunities for growth and collaboration through this procurement. The open framework allows agile businesses to compete periodically, enabling long-term engagement and expansion within the UK's nuclear strategy sector.

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

Notice Title

Strategy Framework

Notice Description

The Provision of Specialist Technical and Strategic Support for Strategy Development to the NDA Group.

Lot Information

Lot 1

Options: None

Renewal: The Framework duration is 2 years +12 +12 months (Total 4 years)

Planning Information

The NDA shall host a supplier engagement event on the 9th September 2025, 12:30pm to 15:30pm. This supplier event will be via a Microsoft Teams conference. To register an interest please sign into or register with Atamis our e-sourcing portal: https://one-nda.force.com/s/Welcome. Use the messaging function within the Atamis PIN/PME project (C26778) to provide details of names and email addresses of attendees. Maximum of 2 staff per supplier. This call will provide suppliers with a high-level overview of the programme, the procurement's objectives and key requirements, and act as an opportunity for suppliers to ask questions. There is the potential for supplier one-to-one sessions the following week.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-051ac4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/028569-2026
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
UK7 - Contract Details Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

73 - Research and development services and related consultancy services


CPV Codes

73000000 - Research and development services and related consultancy services

73110000 - Research services

73200000 - Research and development consultancy services

73210000 - Research consultancy services

Notice Value(s)

Tender Value
ÂŁ10,000,000 ÂŁ10M-ÂŁ100M
Lots Value
ÂŁ10,000,000 ÂŁ10M-ÂŁ100M
Awards Value
ÂŁ10,000,000 ÂŁ10M-ÂŁ100M
Contracts Value
ÂŁ10,000,000 ÂŁ10M-ÂŁ100M

Notice Dates

Publication Date
27 Mar 20264 weeks ago
Submission Deadline
12 Nov 2025Expired
Future Notice Date
1 Oct 2025Expired
Award Date
23 Jan 20263 months ago
Contract Period
31 Mar 2026 - 31 Mar 2028 2-3 years
Recurrence
2026-02-11

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
NUCLEAR DECOMMISSIONING AUTHORITY
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
CUMBRIA
Postcode
CA24 3HU
Post Town
Carlisle
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD1 Cumbria
Small Region (ITL 3)
TLD13 Cumberland
Delivery Location
Not specified

Local Authority
Cumberland
Electoral Ward
Egremont North and St Bees
Westminster Constituency
Whitehaven and Workington

Supplier Information

Number of Suppliers
1
Supplier Name

TUV SUD

Further Information

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-051ac4-2026-03-27T14:03:49Z",
    "date": "2026-03-27T14:03:49Z",
    "ocid": "ocds-h6vhtk-051ac4",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "023903-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/023903-2025",
                "datePublished": "2025-05-21T13:45:17+01:00",
                "format": "text/html"
            },
            {
                "id": "040934-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/040934-2025",
                "datePublished": "2025-07-17T13:19:16+01:00",
                "format": "text/html"
            },
            {
                "id": "040996-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/040996-2025",
                "datePublished": "2025-07-17T14:41:39+01:00",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "The NDA shall host a supplier engagement event on the 9th September 2025, 12:30pm to 15:30pm. This supplier event will be via a Microsoft Teams conference. To register an interest please sign into or register with Atamis our e-sourcing portal: https://one-nda.force.com/s/Welcome. Use the messaging function within the Atamis PIN/PME project (C26778) to provide details of names and email addresses of attendees. Maximum of 2 staff per supplier. This call will provide suppliers with a high-level overview of the programme, the procurement's objectives and key requirements, and act as an opportunity for suppliers to ask questions. There is the potential for supplier one-to-one sessions the following week.",
                "dueDate": "2025-09-05T23:59:59+01:00",
                "status": "scheduled"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PVDH-2346-PXDL",
            "name": "Nuclear Decommissioning Authority",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVDH-2346-PXDL"
            },
            "address": {
                "streetAddress": "Herdus House Westlakes Science and Technology Park Moor Row",
                "locality": "Cumbria",
                "postalCode": "CA24 3HU",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD11"
            },
            "contactPoint": {
                "email": "procurement.inbox@nda.gov.uk",
                "name": "Chris Jennings"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/nuclear-decommissioning-authority",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-SC215164",
            "name": "TUV SUD Ltd",
            "identifier": {
                "scheme": "GB-COH",
                "id": "SC215164"
            },
            "address": {
                "streetAddress": "Napier Building, Scottish Enterprise Technology Park, East Kilbride,",
                "locality": "Glasgow",
                "postalCode": "G75 0QF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKM95"
            },
            "contactPoint": {
                "email": "richard.woodcock@tuvsud.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            },
            "control": {
                "description": "Napier Building, Scottish Enterprise Technology Park, East Kilbride, G75 0QF"
            }
        },
        {
            "id": "GB-COH-00414220",
            "name": "PA Consulting Services Ltd",
            "identifier": {
                "scheme": "GB-COH",
                "id": "00414220"
            },
            "address": {
                "streetAddress": "10 Bressenden Place",
                "locality": "London",
                "postalCode": "SW1E 5DN",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "roles": [
                "tenderer"
            ],
            "details": {
                "scale": "large",
                "vcse": false
            }
        },
        {
            "id": "GB-COH-03975999",
            "name": "Cavandish Nuclear",
            "identifier": {
                "scheme": "GB-COH",
                "id": "03975999"
            },
            "address": {
                "streetAddress": "20 Radar Road",
                "locality": "Leicester",
                "postalCode": "LE3 1UF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF21"
            },
            "roles": [
                "tenderer"
            ],
            "details": {
                "scale": "large",
                "vcse": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PVDH-2346-PXDL",
        "name": "Nuclear Decommissioning Authority"
    },
    "tender": {
        "id": "C29663",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Strategy Framework",
        "description": "The Provision of Specialist Technical and Strategic Support for Strategy Development to the NDA Group.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73210000",
                        "description": "Research consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73200000",
                        "description": "Research and development consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73110000",
                        "description": "Research services"
                    }
                ],
                "relatedLot": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amountGross": 12000000,
            "amount": 10000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2028-03-31T23:59:59+01:00",
                    "maxExtentDate": "2030-03-31T23:59:59+01:00"
                },
                "status": "complete",
                "suitability": {
                    "sme": true
                },
                "value": {
                    "amountGross": 12000000,
                    "amount": 10000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Question T1 - Capabilities",
                            "description": "Please outline your organisation's capabilities in relation to the scope of the NDA Strategy Framework. Your response should demonstrate: * Proven capability in managing and delivering complex technical packages of work aligned with all NDA strategic themes (Site Decommissioning & Remediation, Integrated Waste Management, Spent Fuels, Nuclear Materials), Non-NDA Liabilities, and group strategic planning support and the relevant interfaces and integration with NDA Critical Enablers. Scope could involve managing delivery of a task or work package, project or programme. * A clear understanding of the NDA's context for strategy development, including key challenges and priorities as set out in Strategy (2021) and Strategy (2026). * Depth of technical expertise and experience in applying UK and international good practice across relevant domains, and the UK nuclear regulatory system. * Comprehensive knowledge of NDA sites and other UK nuclear facilities (e.g. MOD-owned sites, AGR sites).",
                            "numbers": [
                                {
                                    "number": 19,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Question T2 - Service Delivery",
                            "description": "Please describe your organisation's structure and approach to delivering the services under this framework. Your response should include: * Your proposed service management approach, including scope delivery management, progress reporting, financial control at task and contract level, governance, quality assurance, stakeholder engagement, and coordination mechanisms. * How you see the day-to-day relationship between NDA and yourselves working. * If you are proposing a consortium or subcontracting arrangement, please explain: * The structure and roles of each party involved. * How the consortium or subcontractors/associates will be managed and integrated to deliver the client services. * How you will ensure consistency, quality, and accountability across all parties.",
                            "numbers": [
                                {
                                    "number": 14,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Question T3 - Approach and Benefits",
                            "description": "Please demonstrate the benefits of your proposed approach to delivering the services under this framework. Your response should include: * A clear explanation of how your approach will deliver the required outcomes and support the NDA group's strategic objectives as described in the scope. * Justification of how your approach is forward-thinking and offers added value, including wider non-nuclear sector LFE, innovative methods, alternative options, or enhancements to delivery. * Evidence of how your technical expertise will contribute to informing strategic decisions, ensuring robust technical governance. * An assessment of how your approach reflects an understanding of the NDA's and its forthcoming challenges across its strategic themes, including those anticipated in the NDA Strategy (2026).",
                            "numbers": [
                                {
                                    "number": 14,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Question T4 - Capacity",
                            "description": "Please provide details of your organisation's resource capacity to deliver the services under this framework. Your response should include: * The availability and allocation of subject matter experts across all relevant strategic themes. * Your ability be agile and scale resources in response to fluctuating demand or evolving priorities, and how. * Contingency arrangements in place to ensure continuity of service, including how you would manage unexpected changes in both resource demand and availability or delivery timelines. * A capability matrix of the individuals proposed to be available for the contract, outlining their roles, areas of expertise, relevant experience, and security clearances. If applicable, please also describe how these capabilities will be supported or enhanced through consortium or subcontracting or associate arrangements.",
                            "numbers": [
                                {
                                    "number": 13,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Question T5 - Social Value",
                            "description": "Please describe the commitment your organisation will make to ensure that opportunities under this contract contribute to tackling economic inequality and promoting equal opportunity, in line with the Public Services (Social Value) Act 2012. Your response should include: 1. Specific actions your organisation will take to identify and address inequality in employment, skills, and pay within the contract workforce. 2. How these actions will be implemented and embedded into contract delivery. 3. How progress will be monitored and measured on a quarterly basis, including any metrics, reporting mechanisms, or governance processes. 4. If applicable, how these commitments will be extended to or managed across consortium members or subcontractors.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Question C1 - Commercial",
                            "description": "Schedule of rates",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Question T1 - Capabilities",
                            "description": "Please outline your organisation's capabilities in relation to the scope of the NDA Strategy Framework. Your response should demonstrate: * Proven capability in managing and delivering complex technical packages of work aligned with all NDA strategic themes (Site Decommissioning & Remediation, Integrated Waste Management, Spent Fuels, Nuclear Materials), Non-NDA Liabilities, and group strategic planning support and the relevant interfaces and integration with NDA Critical Enablers. Scope could involve managing delivery of a task or work package, project or programme. * A clear understanding of the NDA's context for strategy development, including key challenges and priorities as set out in Strategy (2021) and Strategy (2026). * Depth of technical expertise and experience in applying UK and international good practice across relevant domains, and the UK nuclear regulatory system. * Comprehensive knowledge of NDA sites and other UK nuclear facilities (e.g. MOD-owned sites, AGR sites).",
                            "numbers": [
                                {
                                    "number": 19,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Question T2 - Service Delivery",
                            "description": "Please describe your organisation's structure and approach to delivering the services under this framework. Your response should include: * Your proposed service management approach, including scope delivery management, progress reporting, financial control at task and contract level, governance, quality assurance, stakeholder engagement, and coordination mechanisms. * How you see the day-to-day relationship between NDA and yourselves working. * If you are proposing a consortium or subcontracting arrangement, please explain: * The structure and roles of each party involved. * How the consortium or subcontractors/associates will be managed and integrated to deliver the client services. * How you will ensure consistency, quality, and accountability across all parties.",
                            "numbers": [
                                {
                                    "number": 14,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Question T3 - Approach and Benefits",
                            "description": "Please demonstrate the benefits of your proposed approach to delivering the services under this framework. Your response should include: * A clear explanation of how your approach will deliver the required outcomes and support the NDA group's strategic objectives as described in the scope. * Justification of how your approach is forward-thinking and offers added value, including wider non-nuclear sector LFE, innovative methods, alternative options, or enhancements to delivery. * Evidence of how your technical expertise will contribute to informing strategic decisions, ensuring robust technical governance. * An assessment of how your approach reflects an understanding of the NDA's and its forthcoming challenges across its strategic themes, including those anticipated in the NDA Strategy (2026).",
                            "numbers": [
                                {
                                    "number": 14,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Question T4 - Capacity",
                            "description": "Please provide details of your organisation's resource capacity to deliver the services under this framework. Your response should include: * The availability and allocation of subject matter experts across all relevant strategic themes. * Your ability be agile and scale resources in response to fluctuating demand or evolving priorities, and how. * Contingency arrangements in place to ensure continuity of service, including how you would manage unexpected changes in both resource demand and availability or delivery timelines. * A capability matrix of the individuals proposed to be available for the contract, outlining their roles, areas of expertise, relevant experience, and security clearances. If applicable, please also describe how these capabilities will be supported or enhanced through consortium or subcontracting or associate arrangements.",
                            "numbers": [
                                {
                                    "number": 13,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Question T5 - Social Value",
                            "description": "Please describe the commitment your organisation will make to ensure that opportunities under this contract contribute to tackling economic inequality and promoting equal opportunity, in line with the Public Services (Social Value) Act 2012. Your response should include: 1. Specific actions your organisation will take to identify and address inequality in employment, skills, and pay within the contract workforce. 2. How these actions will be implemented and embedded into contract delivery. 3. How progress will be monitored and measured on a quarterly basis, including any metrics, reporting mechanisms, or governance processes. 4. If applicable, how these commitments will be extended to or managed across consortium members or subcontractors.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Question C1 - Commercial",
                            "description": "Schedule of rates",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Framework duration is 2 years +12 +12 months (Total 4 years)"
                },
                "hasOptions": true,
                "options": {
                    "description": "None"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-10-01T23:59:59+01:00"
        },
        "status": "complete",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "isOpenFrameworkScheme": true,
                "maximumParticipants": 1,
                "method": "withReopeningCompetition",
                "type": "closed",
                "description": "n/a",
                "openFrameworkSchemeEndDate": "2030-03-31T23:59:59+01:00"
            }
        },
        "amendments": [
            {
                "id": "040996-2025",
                "description": "The description was formatted into paragraphs."
            },
            {
                "id": "063893-2025",
                "description": "Change of submission date from 06/11/25 to 12/11/25"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethodDetails": "All communication and tender submissions should be submitted via the Atamis Supplier Portal https://atamis-2464.my.site.com/ProSpend__CustomCommunitiesLogin",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-11-12T11:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-01-31T23:59:59Z"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "061733-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/061733-2025",
                "datePublished": "2025-10-02T13:57:17+01:00",
                "format": "text/html"
            },
            {
                "id": "063893-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/063893-2025",
                "datePublished": "2025-10-09T16:37:34+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2026-02-11T23:59:59Z"
                },
                {
                    "startDate": "2026-02-11T23:59:59Z"
                }
            ]
        },
        "coveredBy": [
            "GPA"
        ],
        "participationFees": [
            {
                "id": "ocds-h6vhtk-051ac4",
                "type": [
                    "win"
                ],
                "description": "n/a"
            }
        ]
    },
    "language": "en",
    "bids": {
        "details": [
            {
                "id": "1",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-SC215164",
                        "name": "TUV SUD Ltd"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "2",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-00414220",
                        "name": "PA Consulting Services Ltd"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "3",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-03975999",
                        "name": "Cavandish Nuclear"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            }
        ],
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Strategy Framework",
            "status": "active",
            "date": "2026-01-23T00:00:00Z",
            "value": {
                "amountGross": 12000000,
                "amount": 10000000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-SC215164",
                    "name": "TUV SUD Ltd"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "73000000",
                            "description": "Research and development services and related consultancy services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "73210000",
                            "description": "Research consultancy services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "73110000",
                            "description": "Research services"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-02-04T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-04-01T00:00:00+01:00",
                "endDate": "2028-03-31T23:59:59+01:00",
                "maxExtentDate": "2030-03-31T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "12+12 month extensions"
            },
            "hasOptions": true,
            "options": {
                "description": "12+12 month extensions"
            },
            "relatedLots": [
                "1"
            ],
            "subcontracting": {
                "subcontracts": [
                    {
                        "id": "1",
                        "mainContractors": [
                            {
                                "id": "GB-COH-SC215164",
                                "name": "TUV SUD Ltd"
                            }
                        ],
                        "description": "N/A"
                    }
                ]
            },
            "documents": [
                {
                    "id": "006804-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/006804-2026",
                    "datePublished": "2026-01-26T16:23:51Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2026-01-26T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-03-01T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "1",
            "awardID": "1",
            "title": "Strategy Framework",
            "status": "active",
            "period": {
                "startDate": "2026-04-01T00:00:00+01:00",
                "endDate": "2028-03-31T23:59:59+01:00",
                "maxExtentDate": "2030-03-31T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "12+12 month extensions"
            },
            "value": {
                "amountGross": 12000000,
                "amount": 10000000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2026-03-19T00:00:00Z",
            "documents": [
                {
                    "id": "A-13984",
                    "documentType": "contractSigned",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-13984",
                    "format": "application/pdf"
                },
                {
                    "id": "028569-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/028569-2026",
                    "datePublished": "2026-03-27T14:03:49Z",
                    "format": "text/html"
                }
            ],
            "agreedMetrics": [
                {
                    "id": "1",
                    "title": "Deliverables",
                    "description": "Deliverables run to proposed timelines and costings and in line with the Specification.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 3
                            }
                        }
                    ]
                },
                {
                    "id": "2",
                    "title": "Reporting",
                    "description": "Regular updates and ability to track the project on a monthly basis. Monthly updates provided on time, showing costs and delivery. For Social value reporting this will be carried out on a quarterly basis",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 3
                            }
                        }
                    ]
                },
                {
                    "id": "3",
                    "title": "Change Process",
                    "description": "Change process is followed where no changes / additional spend is carried out without NDA approval",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 3
                            }
                        }
                    ]
                },
                {
                    "id": "4",
                    "title": "Social Value",
                    "description": "Social Value Report evidencing that Social Value has been embedded and is continued throughout the duration of the contract this should include: Demonstrating actions to tackle inequality in employment, skills and pay in the contract workforce.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 3
                            }
                        }
                    ]
                }
            ]
        }
    ]
}