Notice Information
Notice Title
Highways Professional Services Framework
Notice Description
Liverpool City Council (LCC) intends to invite suppliers to tender for a new version of the Professional Services Framework (the PSF) to commence from October 2026. The current PSF is due to expire in October 2026, with LCC requiring similar services and commissions from the consultancy market to support planned delivery from October / November 2026. The framework will be split into the following four (4) lots: Lot 1 - Sustainable Transport Planning and Policy Advice Lot 2 - Highways and Infrastructure Design Support Services Lot 3 - P&P Management and NEC Contract Administration Support Services Lot 4 - Commercial and Contract Management Support Services
Lot Information
Sustainable Transport Planning and Policy Advice
The Supplier shall provide the staff, resource, technical competence and expertise for the successful delivery of all documentation, records, approvals, outputs, drawings, designs, reports, submissions and any other documentation or services reasonably required by the Contracting Authority to finalise delivery of: a) Feasibility studies b) Detailed design services all in relation to Sustainable Transport & Policy for highways for the Contracting Authority. Further lot specific information can be found within the tender documentation.
Highways and Infrastructure Design Support ServicesThe Supplier shall provide Consultancy services related to highways, traffic, streets and urban design including but not limited to investigation, planning, design, operations, compliance, integration, construction and maintenance. The services will include activities that support development of projects at various stages from feasibility and concept design to preliminary and detailed design. This will be to support delivery and operation of a range of projects including major highway improvement projects, bus priority, walking wheeling and cycling infrastructure, junction and crossing design, public realm, landscaping and placemaking, highway maintenance and highway development control design support across different types of streets in Liverpool, including streets on the Key Route Network (KRN). Further information on this lot can be found in the published tender documents.
P&P Management and NEC Contract Administration Support ServicesThe Supplier shall provide the staff, resource, technical competence and expertise for the successful application of Project and Programme Management Support Services (PPMSS), primarily to support the delivery of the Highways Capital Programme. The Highways Capital Programme being with the Sustainable Transport, Highways and Parking department (TH&P), Liverpool City Council (LCC). This will contribute to successful delivery of PPM best practice, with these support services contributing positively to producing and managing all documentation, records, approvals, outputs, drawings, designs, reports, contract administration, drafting, submissions and any other documentation or services reasonably required by the Contracting Authority. The PPMSS will contribute to the various aspects of the project lifecycle, including but not limited to; a) Feasibility Studies b) Business Cases c) Concept, Preliminary and Detailed Design phases of delivery d) Client-side Project Management e) NEC4 Project Manager, NEC Supervisor and NEC Service Manager roles, primarily where consultancy support has been commissioned by LCC TH&P and requires contract management across all relevant phases of the project lifecycle of the commission all in relation to programme management for highways for the Contracting Authority. Further information on this lot can be found within the published tender documents.
Commercial and Contract Management Support ServicesCommercial and Contract Management support services are required to support to assist in the successful delivery of Highways Schemes across the full range of projects under the responsibility of Transportation, Highways & Parking (TH&P). This includes, but is not limited to: * Capital Works and Programmes: Support all commercial, procurement, and contract management activities associated with the delivery of capital programmes of works. * Maintenance Programmes: Provide commercial and contractual support for ongoing maintenance works across the TH&P portfolio. * Core Responsibilities: o Management of all commercial aspects of projects, including cost control, forecasting, and reporting. o Procurement support, including tender preparation, evaluation, and contract award processes. o Contract administration and compliance monitoring throughout the project lifecycle. o Risk and change management relating to commercial and contractual matters. The majority of services will focus on ensuring robust commercial governance and effective contract management to enable timely and cost-efficient delivery of TH&P's capital and maintenance programmes. Further information on this lot can be found within the published tender documents.
Planning Information
Liverpool City Council (LCC) intends to invite suppliers to tender for a new version of the Professional Services Framework (the PSF) to commence from October 2026. This document is intended to launch LCC's pre-market engagement in respect of a new PSF, inform suppliers of plans for the procurement process and to offer potential market participants an opportunity to inform LCC's approach and timetable. The current PSF is due to expire in October 2026, with LCC requiring similar services and commissions from the consultancy market to support planned delivery from October / November 2026. LCC is conducting this pre-market engagement exercise to engage with potential suppliers to provide it with market information prior to launching the formal procurement process. LCC is asking suppliers to assist it in refining its understanding of market experience and capability and wishes to provide a platform for suppliers to engage directly with LCC on this opportunity. An overview of the pre-market engagement exercise is set out below: Step 1: Publication of Preliminary Market Engagement Notice and Pre-Market Engagement Documents This stage was initiated by the publication of the notice. This serves as an invitation to prospective suppliers to participate in this pre-market engagement exercise. The market engagement document, which sets out further background to the procurement and includes a short questionnaire for completion can be found on ProContract using the reference DN788248. Link to ProContract: https://procontract.due-north.com/Login Step 2: Questionnaire Responses (Questionnaire can be found and must be submitted on ProContract using the reference DN788248). LCC is keen to hear the views of potentially interested suppliers on a number of issues which are set out in the questionnaire in Annex 1. The objective of the questionnaire is to enable interested parties to provide their key insights and recommendations to LCC in respect of its approach to the procurement and the PSF. Completed questionnaires should be submitted to LCC no later than midday 15 September 2025. Please submit your response via the portal on ProContract. LCC will review all responses to questionnaires submitted and will undertake internal review sessions. Feedback will be collated and will be used to shape LCC's approach to the procurement and the Framework agreements. Step 3: Open Day LCC intends to introduce the PSF to prospective suppliers at an open day on 7th October 2025 9.30am - 12:30pm. The event will be held at St George's Hall (Concert Room). The purpose of the open day is for LCC to present its current thinking on the procurement and Framework and explain some of the general and specific requirements for the appointed suppliers. It is also an opportunity for LCC to engage with suppliers on LCC's vision and ambition for creating this Framework. If you wish to attend the open day, please contact LCC via the messaging function on ProContract as soon as possible, but in any case, request no later than 24 September 2025. Please note that room in the Concert Room at St George's Hall is limited and therefore LCC reserve the right to restrict the number of individuals attending from each organisation. Once registered, details on how to participate in the open day will be provided to you.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-051c88
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/018137-2026
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71311210 - Highways consultancy services
Notice Value(s)
- Tender Value
- £100,000,000 £100M-£1B
- Lots Value
- £100,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 27 Feb 20265 days ago
- Submission Deadline
- 8 Jul 20265 months to go
- Future Notice Date
- 2 Feb 2026Expired
- Award Date
- Not specified
- Contract Period
- 5 Oct 2026 - 5 Oct 2030 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- LIVERPOOL CITY COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LIVERPOOL
- Postcode
- L3 1DS
- Post Town
- Liverpool
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD7 Merseyside
- Small Region (ITL 3)
- TLD72 Liverpool
- Delivery Location
- TLD7 Merseyside, TLD72 Liverpool
-
- Local Authority
- Liverpool
- Electoral Ward
- Waterfront South
- Westminster Constituency
- Liverpool Riverside
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/018137-2026
27th February 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/053959-2025
4th September 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/051017-2025
22nd August 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/024451-2025
22nd May 2025 - Pipeline notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-051c88-2026-02-27T16:31:37Z",
"date": "2026-02-27T16:31:37Z",
"ocid": "ocds-h6vhtk-051c88",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "024451-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/024451-2025",
"datePublished": "2025-05-22T09:13:59+01:00",
"format": "text/html"
},
{
"id": "051017-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/051017-2025",
"datePublished": "2025-08-22T16:40:52+01:00",
"format": "text/html"
},
{
"id": "053959-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/053959-2025",
"datePublished": "2025-09-04T14:23:34+01:00",
"format": "text/html"
}
],
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "Liverpool City Council (LCC) intends to invite suppliers to tender for a new version of the Professional Services Framework (the PSF) to commence from October 2026. This document is intended to launch LCC's pre-market engagement in respect of a new PSF, inform suppliers of plans for the procurement process and to offer potential market participants an opportunity to inform LCC's approach and timetable. The current PSF is due to expire in October 2026, with LCC requiring similar services and commissions from the consultancy market to support planned delivery from October / November 2026. LCC is conducting this pre-market engagement exercise to engage with potential suppliers to provide it with market information prior to launching the formal procurement process. LCC is asking suppliers to assist it in refining its understanding of market experience and capability and wishes to provide a platform for suppliers to engage directly with LCC on this opportunity. An overview of the pre-market engagement exercise is set out below: Step 1: Publication of Preliminary Market Engagement Notice and Pre-Market Engagement Documents This stage was initiated by the publication of the notice. This serves as an invitation to prospective suppliers to participate in this pre-market engagement exercise. The market engagement document, which sets out further background to the procurement and includes a short questionnaire for completion can be found on ProContract using the reference DN788248. Link to ProContract: https://procontract.due-north.com/Login Step 2: Questionnaire Responses (Questionnaire can be found and must be submitted on ProContract using the reference DN788248). LCC is keen to hear the views of potentially interested suppliers on a number of issues which are set out in the questionnaire in Annex 1. The objective of the questionnaire is to enable interested parties to provide their key insights and recommendations to LCC in respect of its approach to the procurement and the PSF. Completed questionnaires should be submitted to LCC no later than midday 15 September 2025. Please submit your response via the portal on ProContract. LCC will review all responses to questionnaires submitted and will undertake internal review sessions. Feedback will be collated and will be used to shape LCC's approach to the procurement and the Framework agreements. Step 3: Open Day LCC intends to introduce the PSF to prospective suppliers at an open day on 7th October 2025 9.30am - 12:30pm. The event will be held at St George's Hall (Concert Room). The purpose of the open day is for LCC to present its current thinking on the procurement and Framework and explain some of the general and specific requirements for the appointed suppliers. It is also an opportunity for LCC to engage with suppliers on LCC's vision and ambition for creating this Framework. If you wish to attend the open day, please contact LCC via the messaging function on ProContract as soon as possible, but in any case, request no later than 24 September 2025. Please note that room in the Concert Room at St George's Hall is limited and therefore LCC reserve the right to restrict the number of individuals attending from each organisation. Once registered, details on how to participate in the open day will be provided to you.",
"dueDate": "2025-09-15T23:59:59+01:00",
"status": "scheduled"
}
]
},
"parties": [
{
"id": "GB-PPON-PRVY-7813-WLPG",
"name": "Liverpool City Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PRVY-7813-WLPG"
},
"address": {
"streetAddress": "Cunard Building",
"locality": "Liverpool",
"postalCode": "L3 1DS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD72"
},
"contactPoint": {
"email": "commercialprocurement@liverpool.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PRVY-7813-WLPG",
"name": "Liverpool City Council"
},
"tender": {
"id": "DN788248",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Highways Professional Services Framework",
"description": "Liverpool City Council (LCC) intends to invite suppliers to tender for a new version of the Professional Services Framework (the PSF) to commence from October 2026. The current PSF is due to expire in October 2026, with LCC requiring similar services and commissions from the consultancy market to support planned delivery from October / November 2026. The framework will be split into the following four (4) lots: Lot 1 - Sustainable Transport Planning and Policy Advice Lot 2 - Highways and Infrastructure Design Support Services Lot 3 - P&P Management and NEC Contract Administration Support Services Lot 4 - Commercial and Contract Management Support Services",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71311210",
"description": "Highways consultancy services"
}
],
"relatedLot": "1",
"deliveryAddresses": [
{
"region": "UKD7",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD7",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD72",
"country": "GB",
"countryName": "United Kingdom"
}
]
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71311210",
"description": "Highways consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKD72",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71311210",
"description": "Highways consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKD72",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71311210",
"description": "Highways consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKD72",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "4"
}
],
"mainProcurementCategory": "services",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"method": "withAndWithoutReopeningCompetition",
"type": "open",
"buyerCategories": "- All departments of Liverpool City Council including any arm's length company organisations - Halton Borough Council, Knowsley Metropolitan Borough Council, Sefton Metropolitan Borough Council, St Helens Metropolitan Borough Council, Wirral Metropolitan Borough Council and the Liverpool City Region Combined Authority (the \"LCRCA\") (and each a \"Local Authority\") and any subsidiaries, affiliated or associated joint-venture vehicles of each Local Authority including local authority trading companies and local authority housing companies, registered providers of social housing including but not limited to a list of providers registered with the Regulator of Social Housing (RSH); and - Transport for Liverpool City Region (TfLCR) (previously known as Merseytravel) or such other organisation as may exist in the future as the LCRCA regional transport network.",
"description": "Bidders will be shortlisted a PSQ stage, with 8 bidders being invited to progress to the ITT stage for lots 1-3 and 6 bidders being invited to progress to the ITT stage for lot 4. At ITT stage, the award criteria weightings will be set and the highest ranked bidders on each lot will be awarded a place on the framework. The following are the number of bidders who will be awarded a place on the framework per lot: Lot 1 - 4 bidders Lot 2 - 4 bidders Lot 3 - 4 bidders Lot 4 - 3 bidders At ITT stage, bidders will be asked to complete the provided pricing schedules which will form the basis of the framework rates.",
"buyerLocationRestrictions": [
{
"gazetteer": {
"scheme": "GB-ITL",
"identifiers": [
"UKD7"
]
}
}
]
}
},
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2026-10-06T00:00:00+01:00",
"endDate": "2030-10-05T23:59:59+01:00"
},
"status": "active",
"title": "Sustainable Transport Planning and Policy Advice",
"description": "The Supplier shall provide the staff, resource, technical competence and expertise for the successful delivery of all documentation, records, approvals, outputs, drawings, designs, reports, submissions and any other documentation or services reasonably required by the Contracting Authority to finalise delivery of: a) Feasibility studies b) Detailed design services all in relation to Sustainable Transport & Policy for highways for the Contracting Authority. Further lot specific information can be found within the tender documentation.",
"value": {
"amountGross": 120000000,
"amount": 100000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
}
},
{
"id": "2",
"title": "Highways and Infrastructure Design Support Services",
"description": "The Supplier shall provide Consultancy services related to highways, traffic, streets and urban design including but not limited to investigation, planning, design, operations, compliance, integration, construction and maintenance. The services will include activities that support development of projects at various stages from feasibility and concept design to preliminary and detailed design. This will be to support delivery and operation of a range of projects including major highway improvement projects, bus priority, walking wheeling and cycling infrastructure, junction and crossing design, public realm, landscaping and placemaking, highway maintenance and highway development control design support across different types of streets in Liverpool, including streets on the Key Route Network (KRN). Further information on this lot can be found in the published tender documents.",
"status": "active",
"value": {
"amountGross": 120000000,
"amount": 100000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-10-06T00:00:00+01:00",
"endDate": "2030-10-05T23:59:59+01:00"
}
},
{
"id": "3",
"title": "P&P Management and NEC Contract Administration Support Services",
"description": "The Supplier shall provide the staff, resource, technical competence and expertise for the successful application of Project and Programme Management Support Services (PPMSS), primarily to support the delivery of the Highways Capital Programme. The Highways Capital Programme being with the Sustainable Transport, Highways and Parking department (TH&P), Liverpool City Council (LCC). This will contribute to successful delivery of PPM best practice, with these support services contributing positively to producing and managing all documentation, records, approvals, outputs, drawings, designs, reports, contract administration, drafting, submissions and any other documentation or services reasonably required by the Contracting Authority. The PPMSS will contribute to the various aspects of the project lifecycle, including but not limited to; a) Feasibility Studies b) Business Cases c) Concept, Preliminary and Detailed Design phases of delivery d) Client-side Project Management e) NEC4 Project Manager, NEC Supervisor and NEC Service Manager roles, primarily where consultancy support has been commissioned by LCC TH&P and requires contract management across all relevant phases of the project lifecycle of the commission all in relation to programme management for highways for the Contracting Authority. Further information on this lot can be found within the published tender documents.",
"status": "active",
"value": {
"amountGross": 120000000,
"amount": 100000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-10-06T00:00:00+01:00",
"endDate": "2030-10-05T23:59:59+01:00"
}
},
{
"id": "4",
"title": "Commercial and Contract Management Support Services",
"description": "Commercial and Contract Management support services are required to support to assist in the successful delivery of Highways Schemes across the full range of projects under the responsibility of Transportation, Highways & Parking (TH&P). This includes, but is not limited to: * Capital Works and Programmes: Support all commercial, procurement, and contract management activities associated with the delivery of capital programmes of works. * Maintenance Programmes: Provide commercial and contractual support for ongoing maintenance works across the TH&P portfolio. * Core Responsibilities: o Management of all commercial aspects of projects, including cost control, forecasting, and reporting. o Procurement support, including tender preparation, evaluation, and contract award processes. o Contract administration and compliance monitoring throughout the project lifecycle. o Risk and change management relating to commercial and contractual matters. The majority of services will focus on ensuring robust commercial governance and effective contract management to enable timely and cost-efficient delivery of TH&P's capital and maintenance programmes. Further information on this lot can be found within the published tender documents.",
"status": "active",
"value": {
"amountGross": 120000000,
"amount": 100000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-10-06T00:00:00+01:00",
"endDate": "2030-10-05T23:59:59+01:00"
}
}
],
"communication": {
"futureNoticeDate": "2026-02-02T23:59:59Z"
},
"status": "active",
"aboveThreshold": true,
"value": {
"amountGross": 120000000,
"amount": 100000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "Stage 1: PSQ Stage PSQ Documents are issued to anyone who wishes to participate. The PSQ assesses the Conditions of Participation (CoP) and a selection of lot specific \"quality\" questions based on previous experience which each have individual weightings to total 100%. The 8 highest ranked bidders for Lots 1 - 3 will be shortlisted and invited to progress to the second stage. The 6 highest ranked bidders for Lot 4 will be shortlisted and invited to progress to the second stage. Stage 2: ITT Stage Assesses Quality and Price based on their relative percentage (%) weighting. The overall highest ranked bidders will be awarded a place on the framework. The numbers of bidders to be awarded a place on the framework per lot are as follows: Lot 1 - 4 suppliers Lot 2 - 4 suppliers Lot 3 - 4 suppliers Lot 4 - 3 suppliers Full description of the competition can be found within the published tender documents."
},
"participationFees": [
{
"id": "ocds-h6vhtk-051c88",
"type": [
"win"
],
"relativeValue": {
"proportion": 0.015,
"monetaryValue": "award"
},
"description": "The Supplier shall pay to the Authority a rebate in the amount of 1.5% of all Qualified Funds due to the Supplier in respect of Contracts called off under this Framework Agreement. Qualified Funds shall include monies received by the Supplier from Other Contracting Bodies (that is, not LCC) under Contracts established with and for the benefit of those Other Contracting Bodies by call off under this Framework Agreement."
}
],
"submissionMethodDetails": "All submissions must be made via ProContract where the full suite of tender documents can be accessed. Link to the advert on ProContract is below, or alternatively bidders can find this opportunity on ProContract using the reference DN788248. https://procontract.due-north.com/Procurer/Advert/View?advertId=9c7f4099-f413-f111-813c-005056b64545&fromAdvertEvent=True",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-07-08T12:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2026-06-26T12:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-09-02T23:59:59+01:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "L-1",
"documentType": "biddingDocuments",
"url": "https://procontract.due-north.com/Procurer/Advert/View?advertId=9c7f4099-f413-f111-813c-005056b64545&fromAdvertEvent=True"
},
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "https://procontract.due-north.com/Home/About The opportunity can be found using the reference DN788248"
},
{
"id": "018137-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/018137-2026",
"datePublished": "2026-02-27T16:31:37Z",
"format": "text/html"
}
]
},
"language": "en"
}