Tender

Public Realm

LONDON BOROUGH OF HAMMERSMITH AND FUHAM

This public procurement record has 3 releases in its history.

Tender

27 Oct 2025 at 17:24

PlanningUpdate

22 May 2025 at 12:36

Planning

21 May 2025 at 14:31

Summary of the contracting process

The London Borough of Hammersmith and Fulham is undertaking a procurement process entitled "Public Realm," classified under the "works" category. The procurement, initiated on 27th October 2025, is in the "tender" stage and is governed by the Procurement Act 2023. The procurement process is divided into five lots covering various maintenance and construction services, including paving, street lighting, and grounds maintenance. This selective procurement utilises a Competitive Flexible Procedure, with the deadline for expressing interest set for 26th November 2025 and the enquiry period concluding on 17th November 2025. The main geographical location is London, specifically the UKI33 region, with contracts expected to commence from October 2026, each having a base duration of seven years and possible extension of up to an additional three years.

This tender represents a substantial opportunity for companies specialising in construction, maintenance, and related services, with an overall project value estimated at approximately £453.6 million. Businesses experienced in paving, asphalt technology, street lighting, and various maintenance forms are particularly well-suited to bid for these contracts. By securing one or more of these contracts, companies can achieve significant growth and establish long-term partnerships with a strategic buyer in the public sector. Moreover, the diversity of lots provides opportunities for different scales of operation, from SMEs to larger corporations, to find suitable roles within this comprehensive public procurement initiative.

How relevant is this notice?

Notice Information

Notice Title

Public Realm

Notice Description

The Council's detailed requirements for the Supplies, Services, and/or Works are set out in the suite of Specification documents relevant to the specific Lots, which can be accessed on the Council's eProcurement portal, and applicable details across all other documents which form the Procurement Document Suite. The Council is conducting this procurement under the Procurement Act 2023 (UKPGA 2023/54), using the Competitive Flexible Procedure to identify the Supplier(s) for the Supplies, Services, and/or Works. No information in this document is, or should be relied upon as, an undertaking or representation as to the Council's ultimate decision as to whether it will award the proposed Contract(s) in relation to the Supplies, Services, and/or Works. Potential Suppliers participate in this procurement process at their own risk. The Council shall not accept liability nor provide any reimbursement for any costs or losses incurred by a Potential Supplier in relation to their participation in this procurement process, nor for any cancellation or amendment to this procurement process. The procurement is for 5 Lots and 6 Contracts as set out below: Lot A: Paving, Asphalt and Road Markings (Planned and Reactive Maintenance), Winter maintenance and Bridge Inspection and Maintenance (1 (one) Contract) Lot B: Street lighting and signs (Planned and Reactive Maintenance) (1 (one) Contract) Lot C: Highways Drainage (Gully cleansing and gully repairs) (1 (one) Contract) Lot D: Projects (2 (two) Contracts) Lot E: Grounds Maintenance (1 (one) Contract) The Council therefore intends to enter into 1 Contract with a single Supplier for each of Lots A, B, C, and E. For Lot D the Council intends to enter into 2 Contracts with each of the first and second placed Potential Suppliers for that Lot. The first placed Potential Supplier will be awarded the Main Contract, and the second placed Potential Supplier will be awarded the Back Up Contract. The Lot D Back Up Supplier is not guaranteed any volume of work under the Back Up Lot D Contract. The Council may engage the Back Up Lot D Supplier to support the Main Contract Supplier up to an initial allocation of 10% of the value of the Main Lot D Contract, with the option to increase this to 20%, to be applied on the basis of project type and/or project value and/or project urgency, at the Council's absolute discretion. If the Main Lot D Supplier is unable to continue to deliver the Main Lot D Contract for any reason, including but not limited to termination, insolvency, or poor performance, the Council reserves the right to award the Main Lot D Contract to the Back Up Lot D Supplier for the remainder of its term, (including any extension exercised by the Council), rather than re-procuring the Lot D Contract. This transfer option is wholly at the Council's discretion. In any event once the Council issues a purchase order to the Back Up Supplier for a required output, the Back Up Supplier will undertake the work item assigned to them, from the point of instruction through to completion. The anticipated Contract Start Date for each Contract is set out in the Procurement Timetable published on the Council's eProcurement portal. The anticipated duration for each Contract is 7 (seven) years with an ability for the Council to extend the Contract(s), up to a maximum total extension period of 3 (years) (36 months). Whether, on what basis, and for what period or periods any of the Contracts are extended, is wholly at the discretion of the Council. For the avoidance of doubt, Potential Suppliers should be aware that following award of the Contracts should the successful Supplier(s) subsequently find that their tendered solution and/or price is not accurate and/or sustainable then the successful Supplier(s) will not be permitted to amend their price offer to require any further monies associated with the full provision of the Supplies, Services, and/or Works.

Lot Information

LOT A: Paving, Asphalt and Road Markings (Planned and Reactive Maintenance), Winter maintenance and Bridge Inspection and Maintenance

Paving, Asphalt and Road Markings (Planned and Reactive Maintenance), Winter maintenance and Bridge Inspection and Maintenance for the council's Public Realm requirement

Options: The Council has considered paragraph 5 (Materialisation of Known Risks) of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) and identified an indicative suite of potential known risks that may materialise and in doing so may jeopardise the satisfactory performance of the Contract but, which due to their nature, are unable to be addressed in the Contract as awarded. Where the relevant conditions under paragraph 5 (Materialisation of Known Risks) of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) are satisfied, the Council may make a future modification of 1 (one) or more of the Contracts to remedy the risks, as a permitted contract modification. For this procurement, Known Risk risks, which may materialise, and which are not otherwise already provided for in the Contract(s) include but are not limited to the indicative suite of potential risks set out below. This list must not be considered as exhaustive, and the Council reserves the right to amend the list during the course of the procurement. (In the event that it does so, all Potential Suppliers will be notified). It should also be noted that there may be further risks identified within the Contract term which are subject to permissible modification under other parts of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54). Potential Suppliers are reminded that that the Council is seeking fixed price costing for the Contracts and consideration of the materialisation of any known risk, or any other reasons for potential modification of the Contract(s) will not be accepted as a reason to change the risk share in the Council on the pricing, or otherwise. Known Risks which may Materialise (Paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54)) and/or Other Risks which may arise and require a Contract Modification under Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54), other than paragraph 5. Weather related issues; Areas more prone to flooding that might require additional Supplies, Services, and/or Works; Any matters discovered during inspection which may require action to address; Discovery of subterranean void areas and any materials therein; Any changes in legislation which are specific to the Supplies, Services; and/or Works; Discovering human remains; Receipt of additional funding e.g., from a funding organisation or Section 106 contributions, enabling new or additional Supplies, Services, and/or Works within the Contract scope

Renewal: The anticipated duration for each Contract is 7 (seven) years with an ability for the Council to extend the Contract(s), up to a maximum total extension period of 3 (years) (36 months). Whether, on what basis, and for what period or periods any of the Contracts are extended, is wholly at the discretion of the Council.

LOT B: Street lighting and signs (Planned and Reactive Maintenance)

Street lighting and signs (Planned and Reactive Maintenance) for the council's Public Realm requirement

Options: The Council has considered paragraph 5 (Materialisation of Known Risks) of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) and identified an indicative suite of potential known risks that may materialise and in doing so may jeopardise the satisfactory performance of the Contract but, which due to their nature, are unable to be addressed in the Contract as awarded. Where the relevant conditions under paragraph 5 (Materialisation of Known Risks) of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) are satisfied, the Council may make a future modification of 1 (one) or more of the Contracts to remedy the risks, as a permitted contract modification. For this procurement, Known Risk risks, which may materialise, and which are not otherwise already provided for in the Contract(s) include but are not limited to the indicative suite of potential risks set out below. This list must not be considered as exhaustive, and the Council reserves the right to amend the list during the course of the procurement. (In the event that it does so, all Potential Suppliers will be notified). It should also be noted that there may be further risks identified within the Contract term which are subject to permissible modification under other parts of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54). Potential Suppliers are reminded that that the Council is seeking fixed price costing for the Contracts and consideration of the materialisation of any known risk, or any other reasons for potential modification of the Contract(s) will not be accepted as a reason to change the risk share in the Council on the pricing, or otherwise. Known Risks which may Materialise (Paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54)) and/or Other Risks which may arise and require a Contract Modification under Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54), other than paragraph 5. Weather related issues; Areas more prone to flooding that might require additional Supplies, Services, and/or Works; Any matters discovered during inspection which may require action to address; Discovery of subterranean void areas and any materials therein; Any changes in legislation which are specific to the Supplies, Services; and/or Works; Discovering human remains; Receipt of additional funding e.g., from a funding organisation or Section 106 contributions, enabling new or additional Supplies, Services, and/or Works within the Contract scope

Renewal: The anticipated duration for each Contract is 7 (seven) years with an ability for the Council to extend the Contract(s), up to a maximum total extension period of 3 (years) (36 months). Whether, on what basis, and for what period or periods any of the Contracts are extended, is wholly at the discretion of the Council.

LOT C: Highways Drainage (Gully cleansing and gully repairs)

Highways Drainage (Gully cleansing and gully repairs) for the council's Public Realm requirement

Options: The Council has considered paragraph 5 (Materialisation of Known Risks) of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) and identified an indicative suite of potential known risks that may materialise and in doing so may jeopardise the satisfactory performance of the Contract but, which due to their nature, are unable to be addressed in the Contract as awarded. Where the relevant conditions under paragraph 5 (Materialisation of Known Risks) of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) are satisfied, the Council may make a future modification of 1 (one) or more of the Contracts to remedy the risks, as a permitted contract modification. For this procurement, Known Risk risks, which may materialise, and which are not otherwise already provided for in the Contract(s) include but are not limited to the indicative suite of potential risks set out below. This list must not be considered as exhaustive, and the Council reserves the right to amend the list during the course of the procurement. (In the event that it does so, all Potential Suppliers will be notified). It should also be noted that there may be further risks identified within the Contract term which are subject to permissible modification under other parts of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54). Potential Suppliers are reminded that that the Council is seeking fixed price costing for the Contracts and consideration of the materialisation of any known risk, or any other reasons for potential modification of the Contract(s) will not be accepted as a reason to change the risk share in the Council on the pricing, or otherwise. Known Risks which may Materialise (Paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54)) and/or Other Risks which may arise and require a Contract Modification under Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54), other than paragraph 5. Weather related issues; Areas more prone to flooding that might require additional Supplies, Services, and/or Works; Any matters discovered during inspection which may require action to address; Discovery of subterranean void areas and any materials therein; Any changes in legislation which are specific to the Supplies, Services; and/or Works; Discovering human remains; Receipt of additional funding e.g., from a funding organisation or Section 106 contributions, enabling new or additional Supplies, Services, and/or Works within the Contract scope

Renewal: The anticipated duration for each Contract is 7 (seven) years with an ability for the Council to extend the Contract(s), up to a maximum total extension period of 3 (years) (36 months). Whether, on what basis, and for what period or periods any of the Contracts are extended, is wholly at the discretion of the Council.

LOT D: Projects

Projects for the council's Public Realm requirement

Options: The Council has considered paragraph 5 (Materialisation of Known Risks) of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) and identified an indicative suite of potential known risks that may materialise and in doing so may jeopardise the satisfactory performance of the Contract but, which due to their nature, are unable to be addressed in the Contract as awarded. Where the relevant conditions under paragraph 5 (Materialisation of Known Risks) of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) are satisfied, the Council may make a future modification of 1 (one) or more of the Contracts to remedy the risks, as a permitted contract modification. For this procurement, Known Risk risks, which may materialise, and which are not otherwise already provided for in the Contract(s) include but are not limited to the indicative suite of potential risks set out below. This list must not be considered as exhaustive, and the Council reserves the right to amend the list during the course of the procurement. (In the event that it does so, all Potential Suppliers will be notified). It should also be noted that there may be further risks identified within the Contract term which are subject to permissible modification under other parts of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54). Potential Suppliers are reminded that that the Council is seeking fixed price costing for the Contracts and consideration of the materialisation of any known risk, or any other reasons for potential modification of the Contract(s) will not be accepted as a reason to change the risk share in the Council on the pricing, or otherwise. Known Risks which may Materialise (Paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54)) and/or Other Risks which may arise and require a Contract Modification under Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54), other than paragraph 5. Weather related issues; Areas more prone to flooding that might require additional Supplies, Services, and/or Works; Any matters discovered during inspection which may require action to address; Discovery of subterranean void areas and any materials therein; Any changes in legislation which are specific to the Supplies, Services; and/or Works; Discovering human remains; Receipt of additional funding e.g., from a funding organisation or Section 106 contributions, enabling new or additional Supplies, Services, and/or Works within the Contract scope; and/or Transfer for the Lot D Contract from the Main Supplier to the Back Up Supplier.

Renewal: The anticipated duration for each Contract is 7 (seven) years with an ability for the Council to extend the Contract(s), up to a maximum total extension period of 3 (years) (36 months). Whether, on what basis, and for what period or periods any of the Contracts are extended, is wholly at the discretion of the Council.

LOT E: Grounds Maintenance

Grounds Maintenance for the council's Public Realm requirement

Options: The Council has considered paragraph 5 (Materialisation of Known Risks) of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) and identified an indicative suite of potential known risks that may materialise and in doing so may jeopardise the satisfactory performance of the Contract but, which due to their nature, are unable to be addressed in the Contract as awarded. Where the relevant conditions under paragraph 5 (Materialisation of Known Risks) of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) are satisfied, the Council may make a future modification of 1 (one) or more of the Contracts to remedy the risks, as a permitted contract modification. For this procurement, Known Risk risks, which may materialise, and which are not otherwise already provided for in the Contract(s) include but are not limited to the indicative suite of potential risks set out below. This list must not be considered as exhaustive, and the Council reserves the right to amend the list during the course of the procurement. (In the event that it does so, all Potential Suppliers will be notified). It should also be noted that there may be further risks identified within the Contract term which are subject to permissible modification under other parts of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54). Potential Suppliers are reminded that that the Council is seeking fixed price costing for the Contracts and consideration of the materialisation of any known risk, or any other reasons for potential modification of the Contract(s) will not be accepted as a reason to change the risk share in the Council on the pricing, or otherwise. Known Risks which may Materialise (Paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54)) and/or Other Risks which may arise and require a Contract Modification under Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54), other than paragraph 5. Weather related issues; Areas more prone to flooding that might require additional Supplies, Services, and/or Works; Any matters discovered during inspection which may require action to address; Discovery of subterranean void areas and any materials therein; Any changes in legislation which are specific to the Supplies, Services; and/or Works; Discovering human remains; Receipt of additional funding e.g., from a funding organisation or Section 106 contributions, enabling new or additional Supplies, Services, and/or Works within the Contract scope

Renewal: The anticipated duration for each Contract is 7 (seven) years with an ability for the Council to extend the Contract(s), up to a maximum total extension period of 3 (years) (36 months). Whether, on what basis, and for what period or periods any of the Contracts are extended, is wholly at the discretion of the Council.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-051b83
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/068735-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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

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

34 - Transport equipment and auxiliary products to transportation

37 - Musical instruments, sport goods, games, toys, handicraft, art materials and accessories

43 - Machinery for mining, quarrying, construction equipment

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

45 - Construction work

50 - Repair and maintenance services

60 - Transport services (excl. Waste transport)

71 - Architectural, construction, engineering and inspection services

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

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

09332000 - Solar installation

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

34000000 - Transport equipment and auxiliary products to transportation

37500000 - Games and toys; fairground amusements

43000000 - Machinery for mining, quarrying, construction equipment

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

45000000 - Construction work

50000000 - Repair and maintenance services

60000000 - Transport services (excl. Waste transport)

71000000 - Architectural, construction, engineering and inspection services

77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services

90000000 - Sewage, refuse, cleaning and environmental services

Notice Value(s)

Tender Value
£453,600,000 £100M-£1B
Lots Value
£453,600,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
27 Oct 20251 months ago
Submission Deadline
17 Nov 2025Expired
Future Notice Date
3 Dec 2025Expired
Award Date
Not specified
Contract Period
1 Feb 2027 - 31 Jan 2034 Over 5 years
Recurrence
2035-10-27

Notice Status

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

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
LONDON BOROUGH OF HAMMERSMITH AND FUHAM
Contact Name
Not specified
Contact Email
procurement@lbhf.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
W6 9JU
Post Town
West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI33 Kensington & Chelsea and Hammersmith & Fulham
Delivery Location
TLI33 Kensington & Chelsea and Hammersmith & Fulham

Local Authority
Hammersmith and Fulham
Electoral Ward
Hammersmith Broadway
Westminster Constituency
Hammersmith and Chiswick

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-051b83-2025-10-27T17:24:08Z",
    "date": "2025-10-27T17:24:08Z",
    "ocid": "ocds-h6vhtk-051b83",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "024136-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/024136-2025",
                "datePublished": "2025-05-21T15:31:58+01:00",
                "format": "text/html"
            },
            {
                "id": "024826-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/024826-2025",
                "datePublished": "2025-05-22T13:36:46+01:00",
                "format": "text/html"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PHTW-6333-BQGD",
            "name": "London Borough of Hammersmith and Fuham",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHTW-6333-BQGD"
            },
            "address": {
                "streetAddress": "Town Hall, king street",
                "locality": "London",
                "postalCode": "W6 9JU",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI33"
            },
            "contactPoint": {
                "email": "procurement@lbhf.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.capitalesourcing.com",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PHTW-6333-BQGD",
        "name": "London Borough of Hammersmith and Fuham"
    },
    "tender": {
        "id": "ocds-h6vhtk-051b83",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Public Realm",
        "description": "The Council's detailed requirements for the Supplies, Services, and/or Works are set out in the suite of Specification documents relevant to the specific Lots, which can be accessed on the Council's eProcurement portal, and applicable details across all other documents which form the Procurement Document Suite. The Council is conducting this procurement under the Procurement Act 2023 (UKPGA 2023/54), using the Competitive Flexible Procedure to identify the Supplier(s) for the Supplies, Services, and/or Works. No information in this document is, or should be relied upon as, an undertaking or representation as to the Council's ultimate decision as to whether it will award the proposed Contract(s) in relation to the Supplies, Services, and/or Works. Potential Suppliers participate in this procurement process at their own risk. The Council shall not accept liability nor provide any reimbursement for any costs or losses incurred by a Potential Supplier in relation to their participation in this procurement process, nor for any cancellation or amendment to this procurement process. The procurement is for 5 Lots and 6 Contracts as set out below: Lot A: Paving, Asphalt and Road Markings (Planned and Reactive Maintenance), Winter maintenance and Bridge Inspection and Maintenance (1 (one) Contract) Lot B: Street lighting and signs (Planned and Reactive Maintenance) (1 (one) Contract) Lot C: Highways Drainage (Gully cleansing and gully repairs) (1 (one) Contract) Lot D: Projects (2 (two) Contracts) Lot E: Grounds Maintenance (1 (one) Contract) The Council therefore intends to enter into 1 Contract with a single Supplier for each of Lots A, B, C, and E. For Lot D the Council intends to enter into 2 Contracts with each of the first and second placed Potential Suppliers for that Lot. The first placed Potential Supplier will be awarded the Main Contract, and the second placed Potential Supplier will be awarded the Back Up Contract. The Lot D Back Up Supplier is not guaranteed any volume of work under the Back Up Lot D Contract. The Council may engage the Back Up Lot D Supplier to support the Main Contract Supplier up to an initial allocation of 10% of the value of the Main Lot D Contract, with the option to increase this to 20%, to be applied on the basis of project type and/or project value and/or project urgency, at the Council's absolute discretion. If the Main Lot D Supplier is unable to continue to deliver the Main Lot D Contract for any reason, including but not limited to termination, insolvency, or poor performance, the Council reserves the right to award the Main Lot D Contract to the Back Up Lot D Supplier for the remainder of its term, (including any extension exercised by the Council), rather than re-procuring the Lot D Contract. This transfer option is wholly at the Council's discretion. In any event once the Council issues a purchase order to the Back Up Supplier for a required output, the Back Up Supplier will undertake the work item assigned to them, from the point of instruction through to completion. The anticipated Contract Start Date for each Contract is set out in the Procurement Timetable published on the Council's eProcurement portal. The anticipated duration for each Contract is 7 (seven) years with an ability for the Council to extend the Contract(s), up to a maximum total extension period of 3 (years) (36 months). Whether, on what basis, and for what period or periods any of the Contracts are extended, is wholly at the discretion of the Council. For the avoidance of doubt, Potential Suppliers should be aware that following award of the Contracts should the successful Supplier(s) subsequently find that their tendered solution and/or price is not accurate and/or sustainable then the successful Supplier(s) will not be permitted to amend their price offer to require any further monies associated with the full provision of the Supplies, Services, and/or Works.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34000000",
                        "description": "Transport equipment and auxiliary products to transportation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44000000",
                        "description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60000000",
                        "description": "Transport services (excl. Waste transport)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77000000",
                        "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90000000",
                        "description": "Sewage, refuse, cleaning and environmental services"
                    }
                ],
                "relatedLot": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKI33",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ]
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "09332000",
                        "description": "Solar installation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34000000",
                        "description": "Transport equipment and auxiliary products to transportation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI33",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "44000000",
                        "description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90000000",
                        "description": "Sewage, refuse, cleaning and environmental services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI33",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "09332000",
                        "description": "Solar installation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34000000",
                        "description": "Transport equipment and auxiliary products to transportation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "37500000",
                        "description": "Games and toys; fairground amusements"
                    },
                    {
                        "scheme": "CPV",
                        "id": "43000000",
                        "description": "Machinery for mining, quarrying, construction equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44000000",
                        "description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60000000",
                        "description": "Transport services (excl. Waste transport)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77000000",
                        "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90000000",
                        "description": "Sewage, refuse, cleaning and environmental services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI33",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "37500000",
                        "description": "Games and toys; fairground amusements"
                    },
                    {
                        "scheme": "CPV",
                        "id": "43000000",
                        "description": "Machinery for mining, quarrying, construction equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77000000",
                        "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90000000",
                        "description": "Sewage, refuse, cleaning and environmental services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI33",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "5"
            }
        ],
        "mainProcurementCategory": "works",
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2026-10-01T00:00:00+01:00",
                    "endDate": "2033-09-30T23:59:59+01:00",
                    "maxExtentDate": "2036-09-30T23:59:59+01:00"
                },
                "status": "active",
                "title": "LOT A: Paving, Asphalt and Road Markings (Planned and Reactive Maintenance), Winter maintenance and Bridge Inspection and Maintenance",
                "description": "Paving, Asphalt and Road Markings (Planned and Reactive Maintenance), Winter maintenance and Bridge Inspection and Maintenance for the council's Public Realm requirement",
                "value": {
                    "amountGross": 72600000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical (Quality) Envelope - Method Statements and Added Value",
                            "description": "Please refer to the Invitation to Tender (ITT) document for dedicated criterion weightings.",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial (Price) Envelope",
                            "description": "Please refer to the Invitation to Tender (ITT) document for dedicated criterion weightings.",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The anticipated duration for each Contract is 7 (seven) years with an ability for the Council to extend the Contract(s), up to a maximum total extension period of 3 (years) (36 months). Whether, on what basis, and for what period or periods any of the Contracts are extended, is wholly at the discretion of the Council."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Council has considered paragraph 5 (Materialisation of Known Risks) of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) and identified an indicative suite of potential known risks that may materialise and in doing so may jeopardise the satisfactory performance of the Contract but, which due to their nature, are unable to be addressed in the Contract as awarded. Where the relevant conditions under paragraph 5 (Materialisation of Known Risks) of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) are satisfied, the Council may make a future modification of 1 (one) or more of the Contracts to remedy the risks, as a permitted contract modification. For this procurement, Known Risk risks, which may materialise, and which are not otherwise already provided for in the Contract(s) include but are not limited to the indicative suite of potential risks set out below. This list must not be considered as exhaustive, and the Council reserves the right to amend the list during the course of the procurement. (In the event that it does so, all Potential Suppliers will be notified). It should also be noted that there may be further risks identified within the Contract term which are subject to permissible modification under other parts of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54). Potential Suppliers are reminded that that the Council is seeking fixed price costing for the Contracts and consideration of the materialisation of any known risk, or any other reasons for potential modification of the Contract(s) will not be accepted as a reason to change the risk share in the Council on the pricing, or otherwise. Known Risks which may Materialise (Paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54)) and/or Other Risks which may arise and require a Contract Modification under Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54), other than paragraph 5. Weather related issues; Areas more prone to flooding that might require additional Supplies, Services, and/or Works; Any matters discovered during inspection which may require action to address; Discovery of subterranean void areas and any materials therein; Any changes in legislation which are specific to the Supplies, Services; and/or Works; Discovering human remains; Receipt of additional funding e.g., from a funding organisation or Section 106 contributions, enabling new or additional Supplies, Services, and/or Works within the Contract scope"
                }
            },
            {
                "id": "2",
                "title": "LOT B: Street lighting and signs (Planned and Reactive Maintenance)",
                "description": "Street lighting and signs (Planned and Reactive Maintenance) for the council's Public Realm requirement",
                "status": "active",
                "value": {
                    "amountGross": 9000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical (Quality) Envelope - Method Statements and Added Value",
                            "description": "Please refer to the Invitation to Tender (ITT) document for dedicated criterion weightings.",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial (Price) Envelope",
                            "description": "Please refer to the Invitation to Tender (ITT) document for dedicated criterion weightings.",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-10-01T00:00:00+01:00",
                    "endDate": "2033-09-30T23:59:59+01:00",
                    "maxExtentDate": "2036-09-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The anticipated duration for each Contract is 7 (seven) years with an ability for the Council to extend the Contract(s), up to a maximum total extension period of 3 (years) (36 months). Whether, on what basis, and for what period or periods any of the Contracts are extended, is wholly at the discretion of the Council."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Council has considered paragraph 5 (Materialisation of Known Risks) of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) and identified an indicative suite of potential known risks that may materialise and in doing so may jeopardise the satisfactory performance of the Contract but, which due to their nature, are unable to be addressed in the Contract as awarded. Where the relevant conditions under paragraph 5 (Materialisation of Known Risks) of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) are satisfied, the Council may make a future modification of 1 (one) or more of the Contracts to remedy the risks, as a permitted contract modification. For this procurement, Known Risk risks, which may materialise, and which are not otherwise already provided for in the Contract(s) include but are not limited to the indicative suite of potential risks set out below. This list must not be considered as exhaustive, and the Council reserves the right to amend the list during the course of the procurement. (In the event that it does so, all Potential Suppliers will be notified). It should also be noted that there may be further risks identified within the Contract term which are subject to permissible modification under other parts of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54). Potential Suppliers are reminded that that the Council is seeking fixed price costing for the Contracts and consideration of the materialisation of any known risk, or any other reasons for potential modification of the Contract(s) will not be accepted as a reason to change the risk share in the Council on the pricing, or otherwise. Known Risks which may Materialise (Paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54)) and/or Other Risks which may arise and require a Contract Modification under Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54), other than paragraph 5. Weather related issues; Areas more prone to flooding that might require additional Supplies, Services, and/or Works; Any matters discovered during inspection which may require action to address; Discovery of subterranean void areas and any materials therein; Any changes in legislation which are specific to the Supplies, Services; and/or Works; Discovering human remains; Receipt of additional funding e.g., from a funding organisation or Section 106 contributions, enabling new or additional Supplies, Services, and/or Works within the Contract scope"
                }
            },
            {
                "id": "3",
                "title": "LOT C: Highways Drainage (Gully cleansing and gully repairs)",
                "description": "Highways Drainage (Gully cleansing and gully repairs) for the council's Public Realm requirement",
                "status": "active",
                "value": {
                    "amountGross": 6000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical (Quality) Envelope - Method Statements and Added Value",
                            "description": "Please refer to the Invitation to Tender (ITT) document for dedicated criterion weightings.",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial (Price) Envelope",
                            "description": "Please refer to the Invitation to Tender (ITT) document for dedicated criterion weightings.",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-10-01T00:00:00+01:00",
                    "endDate": "2033-09-30T23:59:59+01:00",
                    "maxExtentDate": "2036-09-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The anticipated duration for each Contract is 7 (seven) years with an ability for the Council to extend the Contract(s), up to a maximum total extension period of 3 (years) (36 months). Whether, on what basis, and for what period or periods any of the Contracts are extended, is wholly at the discretion of the Council."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Council has considered paragraph 5 (Materialisation of Known Risks) of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) and identified an indicative suite of potential known risks that may materialise and in doing so may jeopardise the satisfactory performance of the Contract but, which due to their nature, are unable to be addressed in the Contract as awarded. Where the relevant conditions under paragraph 5 (Materialisation of Known Risks) of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) are satisfied, the Council may make a future modification of 1 (one) or more of the Contracts to remedy the risks, as a permitted contract modification. For this procurement, Known Risk risks, which may materialise, and which are not otherwise already provided for in the Contract(s) include but are not limited to the indicative suite of potential risks set out below. This list must not be considered as exhaustive, and the Council reserves the right to amend the list during the course of the procurement. (In the event that it does so, all Potential Suppliers will be notified). It should also be noted that there may be further risks identified within the Contract term which are subject to permissible modification under other parts of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54). Potential Suppliers are reminded that that the Council is seeking fixed price costing for the Contracts and consideration of the materialisation of any known risk, or any other reasons for potential modification of the Contract(s) will not be accepted as a reason to change the risk share in the Council on the pricing, or otherwise. Known Risks which may Materialise (Paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54)) and/or Other Risks which may arise and require a Contract Modification under Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54), other than paragraph 5. Weather related issues; Areas more prone to flooding that might require additional Supplies, Services, and/or Works; Any matters discovered during inspection which may require action to address; Discovery of subterranean void areas and any materials therein; Any changes in legislation which are specific to the Supplies, Services; and/or Works; Discovering human remains; Receipt of additional funding e.g., from a funding organisation or Section 106 contributions, enabling new or additional Supplies, Services, and/or Works within the Contract scope"
                }
            },
            {
                "id": "4",
                "title": "LOT D: Projects",
                "description": "Projects for the council's Public Realm requirement",
                "status": "active",
                "value": {
                    "amountGross": 300000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical (Quality) Envelope - Method Statements and Added Value",
                            "description": "Please refer to the Invitation to Tender (ITT) document for dedicated criterion weightings.",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial (Price) Envelope",
                            "description": "Please refer to the Invitation to Tender (ITT) document for dedicated criterion weightings.",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-10-01T00:00:00+01:00",
                    "endDate": "2033-09-30T23:59:59+01:00",
                    "maxExtentDate": "2036-09-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The anticipated duration for each Contract is 7 (seven) years with an ability for the Council to extend the Contract(s), up to a maximum total extension period of 3 (years) (36 months). Whether, on what basis, and for what period or periods any of the Contracts are extended, is wholly at the discretion of the Council."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Council has considered paragraph 5 (Materialisation of Known Risks) of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) and identified an indicative suite of potential known risks that may materialise and in doing so may jeopardise the satisfactory performance of the Contract but, which due to their nature, are unable to be addressed in the Contract as awarded. Where the relevant conditions under paragraph 5 (Materialisation of Known Risks) of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) are satisfied, the Council may make a future modification of 1 (one) or more of the Contracts to remedy the risks, as a permitted contract modification. For this procurement, Known Risk risks, which may materialise, and which are not otherwise already provided for in the Contract(s) include but are not limited to the indicative suite of potential risks set out below. This list must not be considered as exhaustive, and the Council reserves the right to amend the list during the course of the procurement. (In the event that it does so, all Potential Suppliers will be notified). It should also be noted that there may be further risks identified within the Contract term which are subject to permissible modification under other parts of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54). Potential Suppliers are reminded that that the Council is seeking fixed price costing for the Contracts and consideration of the materialisation of any known risk, or any other reasons for potential modification of the Contract(s) will not be accepted as a reason to change the risk share in the Council on the pricing, or otherwise. Known Risks which may Materialise (Paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54)) and/or Other Risks which may arise and require a Contract Modification under Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54), other than paragraph 5. Weather related issues; Areas more prone to flooding that might require additional Supplies, Services, and/or Works; Any matters discovered during inspection which may require action to address; Discovery of subterranean void areas and any materials therein; Any changes in legislation which are specific to the Supplies, Services; and/or Works; Discovering human remains; Receipt of additional funding e.g., from a funding organisation or Section 106 contributions, enabling new or additional Supplies, Services, and/or Works within the Contract scope; and/or Transfer for the Lot D Contract from the Main Supplier to the Back Up Supplier."
                }
            },
            {
                "id": "5",
                "title": "LOT E: Grounds Maintenance",
                "description": "Grounds Maintenance for the council's Public Realm requirement",
                "status": "active",
                "value": {
                    "amountGross": 66000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical (Quality) Envelope - Method Statements and Added Value",
                            "description": "Please refer to the Invitation to Tender (ITT) document for dedicated criterion weightings.",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial (Price) Envelope",
                            "description": "Please refer to the Invitation to Tender (ITT) document for dedicated criterion weightings.",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2027-02-01T00:00:00+00:00",
                    "endDate": "2034-01-31T23:59:59+00:00",
                    "maxExtentDate": "2037-01-31T23:59:59+00:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The anticipated duration for each Contract is 7 (seven) years with an ability for the Council to extend the Contract(s), up to a maximum total extension period of 3 (years) (36 months). Whether, on what basis, and for what period or periods any of the Contracts are extended, is wholly at the discretion of the Council."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Council has considered paragraph 5 (Materialisation of Known Risks) of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) and identified an indicative suite of potential known risks that may materialise and in doing so may jeopardise the satisfactory performance of the Contract but, which due to their nature, are unable to be addressed in the Contract as awarded. Where the relevant conditions under paragraph 5 (Materialisation of Known Risks) of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54) are satisfied, the Council may make a future modification of 1 (one) or more of the Contracts to remedy the risks, as a permitted contract modification. For this procurement, Known Risk risks, which may materialise, and which are not otherwise already provided for in the Contract(s) include but are not limited to the indicative suite of potential risks set out below. This list must not be considered as exhaustive, and the Council reserves the right to amend the list during the course of the procurement. (In the event that it does so, all Potential Suppliers will be notified). It should also be noted that there may be further risks identified within the Contract term which are subject to permissible modification under other parts of Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54). Potential Suppliers are reminded that that the Council is seeking fixed price costing for the Contracts and consideration of the materialisation of any known risk, or any other reasons for potential modification of the Contract(s) will not be accepted as a reason to change the risk share in the Council on the pricing, or otherwise. Known Risks which may Materialise (Paragraph 5, Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54)) and/or Other Risks which may arise and require a Contract Modification under Schedule 8 of the Procurement Act 2023 (UKPGA 2023/54), other than paragraph 5. Weather related issues; Areas more prone to flooding that might require additional Supplies, Services, and/or Works; Any matters discovered during inspection which may require action to address; Discovery of subterranean void areas and any materials therein; Any changes in legislation which are specific to the Supplies, Services; and/or Works; Discovering human remains; Receipt of additional funding e.g., from a funding organisation or Section 106 contributions, enabling new or additional Supplies, Services, and/or Works within the Contract scope"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-12-03T23:59:59+00:00"
        },
        "status": "active",
        "amendments": [
            {
                "id": "024826-2025",
                "description": "Inclusion of further CPV codes"
            }
        ],
        "value": {
            "amountGross": 453600000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The Competitive Flexible Procedure is intended to follow the 3 (three) stages below, which are set out in further detail in the Invitation To Tender (ITT) document published as part of this procurement process. STAGE 1: INVITATION TO PARTICIPATE: Procurement Specific Questionnaire (PSQ), incorporating the Common Assessment Standard (CAS) and Conditions of Participation (CoP) Responses, (the \"PSQ\"), used to shortlist suppliers STAGE 2: INITIAL PROCUREMENT RESPONSE: Submission of initial Technical (Quality) and Commercial (Price) Responses, followed by negotiation STAGE 3: FINAL PROCUREMENT RESPONSE: Submission of final Technical (Quality) and Commercial (Price) Responses"
        },
        "aboveThreshold": true,
        "submissionMethodDetails": "Suppliers are requested to register on our tender portal to access the tender. https://www.capitalesourcing.com",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-11-26T12:00:00+00:00",
        "enquiryPeriod": {
            "endDate": "2025-11-17T12:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-08-19T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "068735-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/068735-2025",
                "datePublished": "2025-10-27T17:24:08Z",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2035-10-27T23:59:59+01:00"
                }
            ]
        }
    },
    "language": "en"
}