Tender

Professional Services Frameworks 3: Transport Planning & Impact Monitoring and Environmental Services

TRANSPORT FOR LONDON

This public procurement record has 4 releases in its history.

TenderCancellation

28 Aug 2025 at 11:09

TenderUpdate

26 Jun 2025 at 12:31

Tender

09 Jun 2025 at 16:16

Planning

23 May 2025 at 11:56

Summary of the contracting process

The procurement process initiated by Transport for London (TfL) for the "Professional Services Frameworks 3: Transport Planning & Impact Monitoring and Environmental Services" has been updated following a tender cancellation. Initially issued to procure consultancy services for TfL and the Greater London Authority, the framework targets industries within architectural, engineering, and inspection services (CPV 71000000). Located in London, this open, competitive flexible procedure included multiple lots covering diverse industry sectors from engineering services to environmental consultancy. The tender came under the public authority's central government sector, with electronic submissions facilitated via the SAP Ariba portal. Key dates include the extension of the PSQ submission deadline to 1st August 2025 and the overall procurement completion targeted by the end of March 2026.

This tender presents substantial growth opportunities for businesses in consultative engineering, data analysis, environmental services, and transport modelling. Companies excelling in providing technical consultancy, strategic environmental assessments, and policy analysis could significantly benefit. Small and medium enterprises (SMEs), particularly those within the Greater London area, possessing relevant industry expertise in environmental impact assessments, infrastructure research, green policies, or public consultation services, are well-positioned to compete. The framework’s open nature further enhances access to contracts for businesses looking to collaborate with TfL and other regional authorities, promising beneficial sector exposure and potential scalability through diversified service offerings.

How relevant is this notice?

Notice Information

Notice Title

Professional Services Frameworks 3: Transport Planning & Impact Monitoring and Environmental Services

Notice Description

This Professional Services Frameworks 3: Transport Planning & Impact Monitoring and Environmental Services is to establish a framework to procure transport and environmental consultancy services for Transport for London and the Greater London Authority.

Lot Information

Road Safety inc. Using Road Casualty Data

In order to develop Road Safety interventions that are appropriately targeted and deliver maximum casualty reduction benefits, it is necessary to carry out a range of road safety research and data analysis. The research and analysis will be consistent with the goals and ambitions of the Vision Zero Action Plan and the Vision Zero Action Plan Progress Report plan and will cover the different categories of investigation

Options: Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents.

Renewal: (1) To extend the Framework term at the end of three (3) years.

Statistical Modelling and Bespoke Analysis

This Lot encompasses the statistical modelling, and bespoke analysis that sits outside of the TfL Strategic Models (i.e. MoTiON). It includes the ability to analyse data to reach an understanding of travel behaviour and patterns (for personal, business and goods travel) and the behavioural response to policies or schemes. It also includes the ability to use mathematical modelling, machine learning and data science techniques to develop forecasting tools tailored to requirements

Options: Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents.

Renewal: (1) To extend the Framework term at the end of three (3) years.

Strategic Transport Modelling Services

This category of work includes the development and application of strategic multi-mode models. It includes the process of constructing, calibrating and validating such models.

Options: Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents.

Renewal: (1) To extend the Framework term at the end of three (3) years.

Strategic Transport Studies,Scheme Planning and Design

The undertaking of feasibility and design studies to assess options for improvements to the transport network and additions (stand-alone or as a package) to accommodate new or significantly intensified land use development in areas of regeneration. Options to be tested could include rail and bus station enhancements, interchange improvements, changes to rail or bus service patterns, new or extended public transport networks, improvements to existing roads including traffic, bus priority, cycling or pedestrian improvements, or construction of new roads. Studies can include some or all of the following - surveys, multi-modal demand forecasting, public transport assignment modelling, local or strategic highway modelling, pedestrian flow modelling using software such as Pedroute or Legion, technical design and engineering. Consultants will be required to undertake optioneering work to scope out a range of potential options and to identify the best performing options against TfL's objectives including the Mayor's Transport Strategy.

Options: Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents.

Renewal: (1) To extend the Framework term at the end of three (3) years.

Strategic Transport Planning and Policy

TfL provides robust, evidence-based strategic transport planning and policy advice to the Mayor, London Assembly, local authorities and HM Government, as well as to inform its own projects and business decisions. This work ensures London's diverse transport needs are met with appropriate provision of transport services over timescales of twenty years or more and as demonstrated in the Mayor's Transport Strategy (MTS). TfL ensures its own operations and new transport investments address the Mayor's desired outcomes as specified in the MTS and London Plan, ensuring best possible value for money. This area covers the analysis and optioneering to develop strategic transport options for London that respond to the capital's growth and policy agendas. Central to this is the Healthy Streets Approach that TfL applies to the whole transport system to help create: healthy streets and healthy people; a good public transport experience; and new homes and jobs.

Options: Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents.

Renewal: (1) To extend the Framework term at the end of three (3) years.

Transport Economic Advice, Appraisal and Business Impacts

This lot requires that suppliers are able to support with the following: -Expertise in the calculation of transport welfare impacts identified in DfT's TAG (Transport analysis guidance - GOV.UK). This includes economic, social, environmental and distributional impacts. * Expertise in land use appraisal including MHCLG's Appraisal Guide (The MHCLG Appraisal Guide - GOV.UK) and Homes England's notes on measuring social value (Homes England: Measuring Social Value - GOV.UK), including an understanding of how this interacts with transport appraisal to produce joint appraisals. * Expertise in how interventions can influence economic productivity, and the implications of this both for competition within London and for London's competitiveness on an international scale. * Expertise in the appraisal of the impact of public transport interventions on TfL and Train Operating Company (TOC) revenues.

Options: Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents.

Renewal: (1) To extend the Framework term at the end of three (3) years.

Transport Surveys inc. Travel Research Behaviour

Transport for London undertakes studies into all modes of transport. The production of these studies involves the use of a wide range of transport data. This category includes the management and delivery of a wide variety of transport surveys including data collection and processing, geocoding and analysis. TfL aims to understand the patterns of travel at an individual and household level and to explore the potential for change or the impacts of schemes and policy interventions. This may range from simple origin/destination postcard surveys to complex Stated Preference exercises and longitudinal panel surveys. Suppliers will be expected to offer expertise in quantitative social research methods, from survey design/testing and sampling, through to survey administration (face-to-face, by telephone and online), data processing/cleaning/weighting, analysis and reporting

Options: Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents.

Renewal: (1) To extend the Framework term at the end of three (3) years.

Public Consultation

TfL recognises that public and stakeholder engagement and consultation helps us to make better informed decisions and makes us more accountable to the public. We have a dedicated Consultation Team within the Local Communities Partnership Team (LCP) which delivers c. 40 consultations a year. In instances where there are a large number of responses, programme timeframes are particularly challenging or the consultation is on a sensitive topic and there is a need for objectivity, we seek a third-party to analyse the responses to the consultation. There are typically about 10 consultations a year that we require external analysis for. The size of these can differ with response rates typically ranging between the low thousands and sometimes with highs in excess of 50,000. A core part of LCP's role is to provide robust analysis of consultation responses to project managers and decision makers, including the Mayor of London. High quality analysis assists us to make the best possible business decisions to allow London's transport services to continue to keep London moving, working and growing to make life in the city better; delivering on the aims of the Mayors Transport Strategy. There has been a steady growth in both the transparency agenda and in popular participation, wherever increasing numbers wish to express an opinion on important issues. Growing expectations and participation have created a need for robust processes and an increasing number of judicial reviews are creating a body of consultation case law, with the consulting organisation's ability to demonstrate 'conscientious consideration' of consultee views at its heart

Options: Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents.

Renewal: (1) To extend the Framework term at the end of three (3) years.

Data Analysis,Modelling and Monitoring

The GLA and TfL make extensive use of modelling for quantifying the impact of policies on environmental issues, particularly local air quality, at the strategic (city) level and for supporting scheme development. The supplier shall demonstrate their ability to carry out modelling, monitoring, interpretation and other specific technical support services that supports policy and allows a better understanding of the impacts and implications of air quality related interventions.

Options: Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents.

Renewal: (1) To extend the Framework term at the end of three (3) years.

Ecology Surveys and Monitoring

The supplier is required to offer technical expertise and support for ecology-related surveys, management and monitoring to support TfL's development projects and other related initiatives, including those that require ecology and landscape input as part of Environmental Impact Assessments. These surveys could include, but are not limited to: * Preliminary Ecological Appraisals and associated advice, for example, to support the delivery and ongoing reporting of biodiversity net gain (including completion of the statutory biodiversity net gain metric) * other habitat surveys (terrestrial and aquatic) and associated advice * protected species surveys and associated advice * invasive species surveys and associated advice on, for example, weed control * arboricultural surveys and associated landscape management advice

Options: Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents.

Renewal: (1) To extend the Framework term at the end of three (3) years.

Green Infrastructure and Biodiversity Research, Policy, Data analysis and innovation

The supplier is required to offer technical expertise and support on all aspects of green infrastructure and biodiversity policy, innovation, data analysis and research. This could include, but is not limited to: * natural capital accounting * the analysis of remote-sensed data to detect change over time in, for example, green cover, canopy cover and biodiversity units * assessing the feasibility and potential establishment of a habitat bank * nature-related risk assessment * advising on potential TfL green infrastructure maintenance and management methods to maximise the delivery of outcomes relating to green infrastructure- and biodiversity-related legislation and policy, whilst meeting TfL's stringent operational safety and performance requirements.

Options: Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents.

Renewal: (1) To extend the Framework term at the end of three (3) years.

Health, Equalities and Socio economic assessments

The supplier is required to provide technical expertise to conduct assessments for health, equalities or socio-economic impacts of proposed policies and scheme development. Health impact assessment The health impacts of transport include, but are not limited to, the impact on physical activity, illness, air quality, noise, road danger, community severance and climate change, as well as access to key community services including health and social care and access for the emergency services. The supplier is required to assess these impacts as well as impacts relating to inclusion and accessibility such as affordability, confidence to navigate transport system and safety and crime (both actual and perceived). The supplier is required to provide support and advice on the assessment of the likely effects of TfL/GLA projects on the community in general and/or their health and wellbeing. Socio-economic impact assessment Impacts to be considered by this assessment include, but are not limited to, the impact of the proposal on different types and spatial locations of business, including the impact on SMEs; the business sectors which are most affected and what could be done to minimise this; the impact of the proposal on employment and the wider economic impacts on London and the UK. The supplier is required to carry out socio-economic assessments of projects and develop strategies to maximise the benefits that can be derived. Equality impact assessment Under the Equalities Act 2010, TfL has a Public Sector Equality Duty to ensure that decisions are made in such a way as to minimise any negative impact on people from relevant protected characteristic groups and to promote equality of opportunity and good relations. In line with best practice and utilising data available from the GLA and TfL, the impact on groups who have the potential to be socially excluded such as those on low incomes or from deprived communities should also be included.

Options: Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents.

Renewal: (1) To extend the Framework term at the end of three (3) years.

Environmental Assessments

To ensure all necessary environmental assessments are carried out to secure the relevant consent through TCPA, TWAO & DCO process. Lead Environmental Assessments/Evaluations and the Sustainability Appraisal process in conjunction with TfL/GLA specialists, ensuring environmental impacts are appropriately identified, avoided, minimised and mitigated and enhancements optimised. An Environmental Impact Assessment (EIA) is the tool used to assess significant environmental effects of a project on the environment and is required to secure consent under TCPA, TWAO and DCO applications. A Strategic Environmental Assessment (SEA) relates the assessment to the plans and programmes proposed by the Organisation. The supplier will be required to carry out EIA's for projects and SEA's for relevant plans and programmes in line with statutory requirements. The supplier must be adaptive to any updates to the EIA/SEA process, identifying and implementing any changes to current environmental legislation at the earliest opportunity as well as manging any associated risk to obtaining consent.

Options: Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents.

Renewal: (1) To extend the Framework term at the end of three (3) years.

Noise and Vibration

The supplier is required to offer technical expertise and support on noise and vibration. The supplier shall demonstrate: * Their ability to undertake environmental impact assessments and appraisals specific to noise and vibration - especially transport related noise; * Their ability to undertake noise monitoring and modelling ; * Their ability to advise on legislation compliance and mitigation * Their knowledge in ambient noise research with focus on health and psychological impacts of transport related noise on communities and how it pertains to noise assessment and future development of noise policy * Expert witness support during public enquiry/examination if required

Options: Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents.

Renewal: (1) To extend the Framework term at the end of three (3) years.

Climate Modelling, Mapping and Data Analysis

The supplier is required to provide technical expertise to support a range of aspects relating to physical climate risks and adaptation, in line with the Mayor's objectives, TfL's Corporate Environment Plan and TfL's Climate Change Adaptation Plan. Suppliers are required to have a strong understanding of London's key climate hazards, how these are likely to affect its transport networks, and how they can be cost-effectively managed. The supplier is required to have up to date expertise in a range of modelling, mapping, data analysis and risk assessment methods in relation to physical climate risks.

Options: Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents.

Renewal: (1) To extend the Framework term at the end of three (3) years.

Adaptation Measure Research, Policy, Innovation and Technology

The supplier is required to provide technical expertise to support a range of aspects relating to adaptation, in line with the Mayor's objectives, TfL's Corporate Environment Plan and TfL's Climate Change Adaptation Plan. Suppliers are required to have a strong understanding of London's key climate hazards, how these are likely to affect its transport networks, and how they can be cost-effectively managed. The supplier is required to have expertise in the latest developments in transport sector-relevant climate change adaptation measures, to support TfL's aim to keep our staff and customers safe while providing sustainable, reliable and attractive services in the face of climate change.

Options: Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents.

Renewal: (1) To extend the Framework term at the end of three (3) years.

Climate Risk and Adaptation Planning Advice

The supplier is required to offer climate risk and adaptation technical expertise and support for TfL's development projects and other related initiatives, including those that require climate risk and adaptation input as part of Environmental Impact Assessments (EIA).

Options: Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents.

Renewal: (1) To extend the Framework term at the end of three (3) years.

Energy and Climate Change Mitigations

The supplier is required to provide technical expertise to support all aspects of climate change mitigation and assessments of energy and carbon requirements in line with the Mayor's objectives. The supplier will be required to provide technical expertise, modelling and analysis to assess energy and carbon implications of strategic policy decisions on decarbonisation pathways, carbon reduction targets or budgets and technological uptake

Options: Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents.

Renewal: (1) To extend the Framework term at the end of three (3) years.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05225d
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/051922-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK12 - Procurement Termination Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

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

73 - Research and development services and related consultancy services

79 - Business services: law, marketing, consulting, recruitment, printing and security

90 - Sewage, refuse, cleaning and environmental services

98 - Other community, social and personal services


CPV Codes

71000000 - Architectural, construction, engineering and inspection services

71240000 - Architectural, engineering and planning services

71250000 - Architectural, engineering and surveying services

71251000 - Architectural and building-surveying services

71300000 - Engineering services

71310000 - Consultative engineering and construction services

71313000 - Environmental engineering consultancy services

71313400 - Environmental impact assessment for construction

71313440 - Environmental Impact Assessment (EIA) services for construction

71313450 - Environmental monitoring for construction

71317210 - Health and safety consultancy services

71318000 - Advisory and consultative engineering services

71319000 - Expert witness services

72242000 - Design-modelling services

73000000 - Research and development services and related consultancy services

73100000 - Research and experimental development services

73200000 - Research and development consultancy services

73300000 - Design and execution of research and development

79311400 - Economic research services

79311410 - Economic impact assessment

79410000 - Business and management consultancy services

79414000 - Human resources management consultancy services

79417000 - Safety consultancy services

90700000 - Environmental services

90711400 - Environmental Impact Assessment (EIA) services other than for construction

90711500 - Environmental monitoring other than for construction

90712000 - Environmental planning

90713000 - Environmental issues consultancy services

90714000 - Environmental auditing

90720000 - Environmental protection

98200000 - Equal opportunities consultancy services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
28 Aug 20253 months ago
Submission Deadline
18 Jul 2025Expired
Future Notice Date
24 May 2025Expired
Award Date
Not specified
Contract Period
31 Mar 2027 - 1 Mar 2029 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Cancelled
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
TRANSPORT FOR LONDON
Additional Buyers

MISSING

Contact Name
Kirsty Sharp
Contact Email
professionalsvcsframeworks3@tfl.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
E20 1JN
Post Town
East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI41 Hackney and Newham
Delivery Location
Not specified

Local Authority
Newham
Electoral Ward
Stratford Olympic Park
Westminster Constituency
Stratford and Bow

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-05225d-2025-08-28T12:09:23+01:00",
    "date": "2025-08-28T12:09:23+01:00",
    "ocid": "ocds-h6vhtk-05225d",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "026272-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/026272-2025",
                "datePublished": "2025-05-23T12:56:48+01:00",
                "format": "text/html"
            }
        ],
        "noEngagementNoticeRationale": "N/A"
    },
    "parties": [
        {
            "id": "GB-PPON-PHMT-6197-NWNZ",
            "name": "Transport for London",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHMT-6197-NWNZ"
            },
            "address": {
                "streetAddress": "5 Endeavour Square",
                "locality": "London",
                "postalCode": "E20 1JN",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI41"
            },
            "contactPoint": {
                "name": "Kirsty Sharp",
                "email": "professionalsvcsframeworks3@tfl.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PHMT-6197-NWNZ",
        "name": "Transport for London"
    },
    "tender": {
        "id": "TfL96928",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Professional Services Frameworks 3: Transport Planning & Impact Monitoring and Environmental Services",
        "description": "This Professional Services Frameworks 3: Transport Planning & Impact Monitoring and Environmental Services is to establish a framework to procure transport and environmental consultancy services for Transport for London and the Greater London Authority.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71310000",
                        "description": "Consultative engineering and construction services"
                    }
                ],
                "relatedLot": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ]
            },
            {
                "id": "A2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "A2"
            },
            {
                "id": "A3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71300000",
                        "description": "Engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72242000",
                        "description": "Design-modelling services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "A3"
            },
            {
                "id": "A4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71240000",
                        "description": "Architectural, engineering and planning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71250000",
                        "description": "Architectural, engineering and surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71300000",
                        "description": "Engineering services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "A4"
            },
            {
                "id": "A5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71251000",
                        "description": "Architectural and building-surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71300000",
                        "description": "Engineering services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "A5"
            },
            {
                "id": "A6",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71300000",
                        "description": "Engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79311400",
                        "description": "Economic research services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79410000",
                        "description": "Business and management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "A6"
            },
            {
                "id": "A7",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "73100000",
                        "description": "Research and experimental development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73200000",
                        "description": "Research and development consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73300000",
                        "description": "Design and execution of research and development"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "A7"
            },
            {
                "id": "A8",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "73000000",
                        "description": "Research and development services and related consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "A8"
            },
            {
                "id": "B1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72242000",
                        "description": "Design-modelling services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "B1"
            },
            {
                "id": "B2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71313000",
                        "description": "Environmental engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "B2"
            },
            {
                "id": "B3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90711400",
                        "description": "Environmental Impact Assessment (EIA) services other than for construction"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90711500",
                        "description": "Environmental monitoring other than for construction"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90712000",
                        "description": "Environmental planning"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90713000",
                        "description": "Environmental issues consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90714000",
                        "description": "Environmental auditing"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90720000",
                        "description": "Environmental protection"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "B3"
            },
            {
                "id": "B4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "73100000",
                        "description": "Research and experimental development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73200000",
                        "description": "Research and development consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79311400",
                        "description": "Economic research services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79311410",
                        "description": "Economic impact assessment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79414000",
                        "description": "Human resources management consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79417000",
                        "description": "Safety consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98200000",
                        "description": "Equal opportunities consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "B4"
            },
            {
                "id": "B5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71313000",
                        "description": "Environmental engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71317210",
                        "description": "Health and safety consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71318000",
                        "description": "Advisory and consultative engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "B5"
            },
            {
                "id": "B6",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71318000",
                        "description": "Advisory and consultative engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71319000",
                        "description": "Expert witness services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79417000",
                        "description": "Safety consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "B6"
            },
            {
                "id": "B7",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "B7"
            },
            {
                "id": "B8",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71313000",
                        "description": "Environmental engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "B8"
            },
            {
                "id": "B9",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71313400",
                        "description": "Environmental impact assessment for construction"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71313440",
                        "description": "Environmental Impact Assessment (EIA) services for construction"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71313450",
                        "description": "Environmental monitoring for construction"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "B9"
            },
            {
                "id": "B10",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "B10"
            }
        ],
        "mainProcurementCategory": "services",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "method": "withAndWithoutReopeningCompetition",
                "type": "open",
                "buyerCategories": "Transport for London and its subsidiaries. Greater London Authority and all its Functional Bodies. London Boroughs (all 33) & City of London Corporation. Network Rail. HS2 and its bodies.",
                "description": "Please see Procurement Documents"
            }
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-04-01T00:00:00+01:00",
                    "endDate": "2029-03-01T23:59:59Z",
                    "maxExtentDate": "2030-04-01T23:59:59+01:00"
                },
                "status": "complete",
                "identifiers": [
                    {
                        "id": "A1"
                    }
                ],
                "title": "Road Safety inc. Using Road Casualty Data",
                "description": "In order to develop Road Safety interventions that are appropriately targeted and deliver maximum casualty reduction benefits, it is necessary to carry out a range of road safety research and data analysis. The research and analysis will be consistent with the goals and ambitions of the Vision Zero Action Plan and the Vision Zero Action Plan Progress Report plan and will cover the different categories of investigation",
                "value": {
                    "amountGross": 0,
                    "amount": 0,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Please review Procurement Documents for details of the award criteria.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Please review Procurement Documents for details of the award criteria."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please review the Procurement Documents"
                        },
                        {
                            "type": "technical",
                            "description": "Please review the Procurement Documents"
                        }
                    ]
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "(1) To extend the Framework term at the end of three (3) years."
                },
                "hasOptions": true,
                "options": {
                    "description": "Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents."
                }
            },
            {
                "id": "A2",
                "title": "Statistical Modelling and Bespoke Analysis",
                "description": "This Lot encompasses the statistical modelling, and bespoke analysis that sits outside of the TfL Strategic Models (i.e. MoTiON). It includes the ability to analyse data to reach an understanding of travel behaviour and patterns (for personal, business and goods travel) and the behavioural response to policies or schemes. It also includes the ability to use mathematical modelling, machine learning and data science techniques to develop forecasting tools tailored to requirements",
                "status": "complete",
                "value": {
                    "amountGross": 0,
                    "amount": 0,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Please review Procurement Documents for details of the award criteria.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Please review Procurement Documents for details of the award criteria."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please see Procurement Documents"
                        },
                        {
                            "type": "technical",
                            "description": "Please see Procurement Documents"
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-04-01T00:00:00+01:00",
                    "endDate": "2029-03-01T23:59:59Z",
                    "maxExtentDate": "2030-04-01T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "(1) To extend the Framework term at the end of three (3) years."
                },
                "hasOptions": true,
                "options": {
                    "description": "Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents."
                }
            },
            {
                "id": "A3",
                "title": "Strategic Transport Modelling Services",
                "description": "This category of work includes the development and application of strategic multi-mode models. It includes the process of constructing, calibrating and validating such models.",
                "status": "complete",
                "value": {
                    "amountGross": 0,
                    "amount": 0,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Please review Procurement Documents for details of the award criteria.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Please review Procurement Documents for details of the award criteria."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please review Procurement Documents."
                        },
                        {
                            "type": "technical",
                            "description": "Please review Procurement Documents."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-04-01T00:00:00+01:00",
                    "endDate": "2029-03-01T23:59:59Z",
                    "maxExtentDate": "2030-04-01T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "(1) To extend the Framework term at the end of three (3) years."
                },
                "hasOptions": true,
                "options": {
                    "description": "Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents."
                }
            },
            {
                "id": "A4",
                "title": "Strategic Transport Studies,Scheme Planning and Design",
                "description": "The undertaking of feasibility and design studies to assess options for improvements to the transport network and additions (stand-alone or as a package) to accommodate new or significantly intensified land use development in areas of regeneration. Options to be tested could include rail and bus station enhancements, interchange improvements, changes to rail or bus service patterns, new or extended public transport networks, improvements to existing roads including traffic, bus priority, cycling or pedestrian improvements, or construction of new roads. Studies can include some or all of the following - surveys, multi-modal demand forecasting, public transport assignment modelling, local or strategic highway modelling, pedestrian flow modelling using software such as Pedroute or Legion, technical design and engineering. Consultants will be required to undertake optioneering work to scope out a range of potential options and to identify the best performing options against TfL's objectives including the Mayor's Transport Strategy.",
                "status": "complete",
                "value": {
                    "amountGross": 0,
                    "amount": 0,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Please review Procurement Documents for details of the award criteria.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Please review Procurement Documents for details of the award criteria."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please review Procurement Documents."
                        },
                        {
                            "type": "technical",
                            "description": "Please review Procurement Documents."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-04-01T00:00:00+01:00",
                    "endDate": "2029-03-01T23:59:59Z",
                    "maxExtentDate": "2030-04-01T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "(1) To extend the Framework term at the end of three (3) years."
                },
                "hasOptions": true,
                "options": {
                    "description": "Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents."
                }
            },
            {
                "id": "A5",
                "title": "Strategic Transport Planning and Policy",
                "description": "TfL provides robust, evidence-based strategic transport planning and policy advice to the Mayor, London Assembly, local authorities and HM Government, as well as to inform its own projects and business decisions. This work ensures London's diverse transport needs are met with appropriate provision of transport services over timescales of twenty years or more and as demonstrated in the Mayor's Transport Strategy (MTS). TfL ensures its own operations and new transport investments address the Mayor's desired outcomes as specified in the MTS and London Plan, ensuring best possible value for money. This area covers the analysis and optioneering to develop strategic transport options for London that respond to the capital's growth and policy agendas. Central to this is the Healthy Streets Approach that TfL applies to the whole transport system to help create: healthy streets and healthy people; a good public transport experience; and new homes and jobs.",
                "status": "complete",
                "value": {
                    "amountGross": 0,
                    "amount": 0,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Please review Procurement Documents for details of the award criteria.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Please review Procurement Documents for details of the award criteria."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please see Procurement Documents"
                        },
                        {
                            "type": "technical",
                            "description": "Please see Procurement Documents"
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-04-01T00:00:00+01:00",
                    "endDate": "2029-03-01T23:59:59Z",
                    "maxExtentDate": "2030-04-01T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "(1) To extend the Framework term at the end of three (3) years."
                },
                "hasOptions": true,
                "options": {
                    "description": "Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents."
                }
            },
            {
                "id": "A6",
                "title": "Transport Economic Advice, Appraisal and Business Impacts",
                "description": "This lot requires that suppliers are able to support with the following: -Expertise in the calculation of transport welfare impacts identified in DfT's TAG (Transport analysis guidance - GOV.UK). This includes economic, social, environmental and distributional impacts. * Expertise in land use appraisal including MHCLG's Appraisal Guide (The MHCLG Appraisal Guide - GOV.UK) and Homes England's notes on measuring social value (Homes England: Measuring Social Value - GOV.UK), including an understanding of how this interacts with transport appraisal to produce joint appraisals. * Expertise in how interventions can influence economic productivity, and the implications of this both for competition within London and for London's competitiveness on an international scale. * Expertise in the appraisal of the impact of public transport interventions on TfL and Train Operating Company (TOC) revenues.",
                "status": "complete",
                "value": {
                    "amountGross": 0,
                    "amount": 0,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Please review Procurement Documents for details of the award criteria.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Please review Procurement Documents for details of the award criteria."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please review Procurement Documents"
                        },
                        {
                            "type": "technical",
                            "description": "Please review Procurement Documents"
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-04-01T00:00:00+01:00",
                    "endDate": "2029-03-01T23:59:59Z",
                    "maxExtentDate": "2030-04-01T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "(1) To extend the Framework term at the end of three (3) years."
                },
                "hasOptions": true,
                "options": {
                    "description": "Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents."
                }
            },
            {
                "id": "A7",
                "title": "Transport Surveys inc. Travel Research Behaviour",
                "description": "Transport for London undertakes studies into all modes of transport. The production of these studies involves the use of a wide range of transport data. This category includes the management and delivery of a wide variety of transport surveys including data collection and processing, geocoding and analysis. TfL aims to understand the patterns of travel at an individual and household level and to explore the potential for change or the impacts of schemes and policy interventions. This may range from simple origin/destination postcard surveys to complex Stated Preference exercises and longitudinal panel surveys. Suppliers will be expected to offer expertise in quantitative social research methods, from survey design/testing and sampling, through to survey administration (face-to-face, by telephone and online), data processing/cleaning/weighting, analysis and reporting",
                "status": "complete",
                "value": {
                    "amountGross": 0,
                    "amount": 0,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Please review Procurement Documents for details of the award criteria.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Please review Procurement Documents for details of the award criteria."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please see Procurement Documents"
                        },
                        {
                            "type": "technical",
                            "description": "Please see Procurement Documents"
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-04-01T00:00:00+01:00",
                    "endDate": "2029-03-01T23:59:59Z",
                    "maxExtentDate": "2030-04-01T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "(1) To extend the Framework term at the end of three (3) years."
                },
                "hasOptions": true,
                "options": {
                    "description": "Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents."
                }
            },
            {
                "id": "A8",
                "title": "Public Consultation",
                "description": "TfL recognises that public and stakeholder engagement and consultation helps us to make better informed decisions and makes us more accountable to the public. We have a dedicated Consultation Team within the Local Communities Partnership Team (LCP) which delivers c. 40 consultations a year. In instances where there are a large number of responses, programme timeframes are particularly challenging or the consultation is on a sensitive topic and there is a need for objectivity, we seek a third-party to analyse the responses to the consultation. There are typically about 10 consultations a year that we require external analysis for. The size of these can differ with response rates typically ranging between the low thousands and sometimes with highs in excess of 50,000. A core part of LCP's role is to provide robust analysis of consultation responses to project managers and decision makers, including the Mayor of London. High quality analysis assists us to make the best possible business decisions to allow London's transport services to continue to keep London moving, working and growing to make life in the city better; delivering on the aims of the Mayors Transport Strategy. There has been a steady growth in both the transparency agenda and in popular participation, wherever increasing numbers wish to express an opinion on important issues. Growing expectations and participation have created a need for robust processes and an increasing number of judicial reviews are creating a body of consultation case law, with the consulting organisation's ability to demonstrate 'conscientious consideration' of consultee views at its heart",
                "status": "complete",
                "value": {
                    "amountGross": 0,
                    "amount": 0,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Please review Procurement Documents for details of the award criteria.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Please review Procurement Documents for details of the award criteria."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please review Procurement Documents."
                        },
                        {
                            "type": "technical",
                            "description": "Please review Procurement Documents."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-04-01T00:00:00+01:00",
                    "endDate": "2029-03-01T23:59:59Z",
                    "maxExtentDate": "2030-04-01T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "(1) To extend the Framework term at the end of three (3) years."
                },
                "hasOptions": true,
                "options": {
                    "description": "Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents."
                }
            },
            {
                "id": "B1",
                "title": "Data Analysis,Modelling and Monitoring",
                "description": "The GLA and TfL make extensive use of modelling for quantifying the impact of policies on environmental issues, particularly local air quality, at the strategic (city) level and for supporting scheme development. The supplier shall demonstrate their ability to carry out modelling, monitoring, interpretation and other specific technical support services that supports policy and allows a better understanding of the impacts and implications of air quality related interventions.",
                "status": "complete",
                "value": {
                    "amountGross": 0,
                    "amount": 0,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Please review Procurement Documents for details of the award criteria.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Please review Procurement Documents for details of the award criteria."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please review Procurement Documents."
                        },
                        {
                            "type": "technical",
                            "description": "Please review Procurement Documents."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-04-01T00:00:00+01:00",
                    "endDate": "2029-03-01T23:59:59Z",
                    "maxExtentDate": "2030-04-01T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "(1) To extend the Framework term at the end of three (3) years."
                },
                "hasOptions": true,
                "options": {
                    "description": "Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents."
                }
            },
            {
                "id": "B2",
                "title": "Ecology Surveys and Monitoring",
                "description": "The supplier is required to offer technical expertise and support for ecology-related surveys, management and monitoring to support TfL's development projects and other related initiatives, including those that require ecology and landscape input as part of Environmental Impact Assessments. These surveys could include, but are not limited to: * Preliminary Ecological Appraisals and associated advice, for example, to support the delivery and ongoing reporting of biodiversity net gain (including completion of the statutory biodiversity net gain metric) * other habitat surveys (terrestrial and aquatic) and associated advice * protected species surveys and associated advice * invasive species surveys and associated advice on, for example, weed control * arboricultural surveys and associated landscape management advice",
                "status": "complete",
                "value": {
                    "amountGross": 0,
                    "amount": 0,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Please review Procurement Documents for details of the award criteria.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Please review Procurement Documents for details of the award criteria."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please review Procurement Documents"
                        },
                        {
                            "type": "technical",
                            "description": "Please review Procurement Documents"
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-04-01T00:00:00+01:00",
                    "endDate": "2029-03-01T23:59:59Z",
                    "maxExtentDate": "2030-04-01T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "(1) To extend the Framework term at the end of three (3) years."
                },
                "hasOptions": true,
                "options": {
                    "description": "Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents."
                }
            },
            {
                "id": "B3",
                "title": "Green Infrastructure and Biodiversity Research, Policy, Data analysis and innovation",
                "description": "The supplier is required to offer technical expertise and support on all aspects of green infrastructure and biodiversity policy, innovation, data analysis and research. This could include, but is not limited to: * natural capital accounting * the analysis of remote-sensed data to detect change over time in, for example, green cover, canopy cover and biodiversity units * assessing the feasibility and potential establishment of a habitat bank * nature-related risk assessment * advising on potential TfL green infrastructure maintenance and management methods to maximise the delivery of outcomes relating to green infrastructure- and biodiversity-related legislation and policy, whilst meeting TfL's stringent operational safety and performance requirements.",
                "status": "complete",
                "value": {
                    "amountGross": 0,
                    "amount": 0,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Please review Procurement Documents for details of the award criteria.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Please review Procurement Documents for details of the award criteria."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please review Procurement Documents"
                        },
                        {
                            "type": "technical",
                            "description": "Please review Procurement Documents"
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-04-01T00:00:00+01:00",
                    "endDate": "2029-03-01T23:59:59Z",
                    "maxExtentDate": "2030-04-01T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "(1) To extend the Framework term at the end of three (3) years."
                },
                "hasOptions": true,
                "options": {
                    "description": "Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents."
                }
            },
            {
                "id": "B4",
                "title": "Health, Equalities and Socio economic assessments",
                "description": "The supplier is required to provide technical expertise to conduct assessments for health, equalities or socio-economic impacts of proposed policies and scheme development. Health impact assessment The health impacts of transport include, but are not limited to, the impact on physical activity, illness, air quality, noise, road danger, community severance and climate change, as well as access to key community services including health and social care and access for the emergency services. The supplier is required to assess these impacts as well as impacts relating to inclusion and accessibility such as affordability, confidence to navigate transport system and safety and crime (both actual and perceived). The supplier is required to provide support and advice on the assessment of the likely effects of TfL/GLA projects on the community in general and/or their health and wellbeing. Socio-economic impact assessment Impacts to be considered by this assessment include, but are not limited to, the impact of the proposal on different types and spatial locations of business, including the impact on SMEs; the business sectors which are most affected and what could be done to minimise this; the impact of the proposal on employment and the wider economic impacts on London and the UK. The supplier is required to carry out socio-economic assessments of projects and develop strategies to maximise the benefits that can be derived. Equality impact assessment Under the Equalities Act 2010, TfL has a Public Sector Equality Duty to ensure that decisions are made in such a way as to minimise any negative impact on people from relevant protected characteristic groups and to promote equality of opportunity and good relations. In line with best practice and utilising data available from the GLA and TfL, the impact on groups who have the potential to be socially excluded such as those on low incomes or from deprived communities should also be included.",
                "status": "complete",
                "value": {
                    "amountGross": 0,
                    "amount": 0,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Please review Procurement Documents for details of the award criteria.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Please review Procurement Documents for details of the award criteria."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please review Procurement Documents"
                        },
                        {
                            "type": "technical",
                            "description": "Please review Procurement Documents"
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-04-01T00:00:00+01:00",
                    "endDate": "2029-03-01T23:59:59Z",
                    "maxExtentDate": "2030-04-01T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "(1) To extend the Framework term at the end of three (3) years."
                },
                "hasOptions": true,
                "options": {
                    "description": "Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents."
                }
            },
            {
                "id": "B5",
                "title": "Environmental Assessments",
                "description": "To ensure all necessary environmental assessments are carried out to secure the relevant consent through TCPA, TWAO & DCO process. Lead Environmental Assessments/Evaluations and the Sustainability Appraisal process in conjunction with TfL/GLA specialists, ensuring environmental impacts are appropriately identified, avoided, minimised and mitigated and enhancements optimised. An Environmental Impact Assessment (EIA) is the tool used to assess significant environmental effects of a project on the environment and is required to secure consent under TCPA, TWAO and DCO applications. A Strategic Environmental Assessment (SEA) relates the assessment to the plans and programmes proposed by the Organisation. The supplier will be required to carry out EIA's for projects and SEA's for relevant plans and programmes in line with statutory requirements. The supplier must be adaptive to any updates to the EIA/SEA process, identifying and implementing any changes to current environmental legislation at the earliest opportunity as well as manging any associated risk to obtaining consent.",
                "status": "complete",
                "value": {
                    "amountGross": 0,
                    "amount": 0,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Please review Procurement Documents for details of the award criteria.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Please review Procurement Documents for details of the award criteria."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please review the Procurement Documents"
                        },
                        {
                            "type": "technical",
                            "description": "Please review the Procurement Documents"
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-04-01T00:00:00+01:00",
                    "endDate": "2029-03-01T23:59:59Z",
                    "maxExtentDate": "2030-04-01T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "(1) To extend the Framework term at the end of three (3) years."
                },
                "hasOptions": true,
                "options": {
                    "description": "Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents."
                }
            },
            {
                "id": "B6",
                "title": "Noise and Vibration",
                "description": "The supplier is required to offer technical expertise and support on noise and vibration. The supplier shall demonstrate: * Their ability to undertake environmental impact assessments and appraisals specific to noise and vibration - especially transport related noise; * Their ability to undertake noise monitoring and modelling ; * Their ability to advise on legislation compliance and mitigation * Their knowledge in ambient noise research with focus on health and psychological impacts of transport related noise on communities and how it pertains to noise assessment and future development of noise policy * Expert witness support during public enquiry/examination if required",
                "status": "complete",
                "value": {
                    "amountGross": 0,
                    "amount": 0,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Please review Procurement Documents for details of the award criteria.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Please review Procurement Documents for details of the award criteria."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please review Procurement Documents."
                        },
                        {
                            "type": "technical",
                            "description": "Please review Procurement Documents."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-04-01T00:00:00+01:00",
                    "endDate": "2029-03-01T23:59:59Z",
                    "maxExtentDate": "2030-04-01T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "(1) To extend the Framework term at the end of three (3) years."
                },
                "hasOptions": true,
                "options": {
                    "description": "Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents."
                }
            },
            {
                "id": "B7",
                "title": "Climate Modelling, Mapping and Data Analysis",
                "description": "The supplier is required to provide technical expertise to support a range of aspects relating to physical climate risks and adaptation, in line with the Mayor's objectives, TfL's Corporate Environment Plan and TfL's Climate Change Adaptation Plan. Suppliers are required to have a strong understanding of London's key climate hazards, how these are likely to affect its transport networks, and how they can be cost-effectively managed. The supplier is required to have up to date expertise in a range of modelling, mapping, data analysis and risk assessment methods in relation to physical climate risks.",
                "status": "complete",
                "value": {
                    "amountGross": 0,
                    "amount": 0,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Please review Procurement Documents for details of the award criteria.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Please review Procurement Documents for details of the award criteria."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please review Procurement Documents."
                        },
                        {
                            "type": "technical",
                            "description": "Please review Procurement Documents."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-04-01T00:00:00+01:00",
                    "endDate": "2029-03-01T23:59:59Z",
                    "maxExtentDate": "2030-04-01T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "(1) To extend the Framework term at the end of three (3) years."
                },
                "hasOptions": true,
                "options": {
                    "description": "Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents."
                }
            },
            {
                "id": "B8",
                "title": "Adaptation Measure Research, Policy, Innovation and Technology",
                "description": "The supplier is required to provide technical expertise to support a range of aspects relating to adaptation, in line with the Mayor's objectives, TfL's Corporate Environment Plan and TfL's Climate Change Adaptation Plan. Suppliers are required to have a strong understanding of London's key climate hazards, how these are likely to affect its transport networks, and how they can be cost-effectively managed. The supplier is required to have expertise in the latest developments in transport sector-relevant climate change adaptation measures, to support TfL's aim to keep our staff and customers safe while providing sustainable, reliable and attractive services in the face of climate change.",
                "status": "complete",
                "value": {
                    "amountGross": 0,
                    "amount": 0,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Please review Procurement Documents for details of the award criteria.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Please review Procurement Documents for details of the award criteria."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please review Procurement Documents."
                        },
                        {
                            "type": "technical",
                            "description": "Please review Procurement Documents."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-04-01T00:00:00+01:00",
                    "endDate": "2029-03-01T23:59:59Z",
                    "maxExtentDate": "2030-04-01T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "(1) To extend the Framework term at the end of three (3) years."
                },
                "hasOptions": true,
                "options": {
                    "description": "Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents."
                }
            },
            {
                "id": "B9",
                "title": "Climate Risk and Adaptation Planning Advice",
                "description": "The supplier is required to offer climate risk and adaptation technical expertise and support for TfL's development projects and other related initiatives, including those that require climate risk and adaptation input as part of Environmental Impact Assessments (EIA).",
                "status": "complete",
                "value": {
                    "amountGross": 0,
                    "amount": 0,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Please review Procurement Documents for details of the award criteria.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Please review Procurement Documents for details of the award criteria."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please review Procurement Documents."
                        },
                        {
                            "type": "technical",
                            "description": "Please review Procurement Documents."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-04-01T00:00:00+01:00",
                    "endDate": "2029-03-01T23:59:59Z",
                    "maxExtentDate": "2030-04-01T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "(1) To extend the Framework term at the end of three (3) years."
                },
                "hasOptions": true,
                "options": {
                    "description": "Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents."
                }
            },
            {
                "id": "B10",
                "title": "Energy and Climate Change Mitigations",
                "description": "The supplier is required to provide technical expertise to support all aspects of climate change mitigation and assessments of energy and carbon requirements in line with the Mayor's objectives. The supplier will be required to provide technical expertise, modelling and analysis to assess energy and carbon implications of strategic policy decisions on decarbonisation pathways, carbon reduction targets or budgets and technological uptake",
                "status": "complete",
                "value": {
                    "amountGross": 0,
                    "amount": 0,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Please review Procurement Documents for details of the award criteria.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Please review Procurement Documents for details of the award criteria."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please review Procurement Documents."
                        },
                        {
                            "type": "technical",
                            "description": "Please review Procurement Documents."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2027-04-01T00:00:00+01:00",
                    "endDate": "2029-03-01T23:59:59Z",
                    "maxExtentDate": "2030-04-01T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "(1) To extend the Framework term at the end of three (3) years."
                },
                "hasOptions": true,
                "options": {
                    "description": "Options are any those that are within the scope of the Framework. Further details are within the Procurement Documents."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-05-24T23:59:59+01:00"
        },
        "status": "complete",
        "value": {
            "amountGross": 0,
            "amount": 0,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Please review the Procurement Documents."
        },
        "aboveThreshold": true,
        "submissionMethodDetails": "This procurement process is being conducted electronically on the e-Tendering portal SAP Ariba. The portal can be accessed via the following link: https://service.ariba.com/Supplier.aw TfL is a complex organisation operating both as an executive agency of the Greater London Authority (GLA) under the direction of the Mayor of London and as provider of transport services. The services may be provided to TfL and/or its subsidiaries and may also encompass London Regional Transport (LRT). TfL will be establishing a Framework Agreement for use by all London Boroughs (and any future successors to these organisations), City of London and the Greater London Authority and all its Functional Bodies. This Framework is NIL Value Framework. Any orders placed under this Framework Agreement will form a separate contract under the scope of this framework between the supplier and the specific Contracting Authority. Bidders submit a response to the SSQ at their own risk. All discussions will be conducted in English. Tenders and supporting documents must be priced in Pounds Sterling. To express an interest in this tender, Bidders need to complete and submit a response to the PSQ in response to the deadline in Section UK 4. Those who are successful in the PSQQ will be invited to tender for the ITT stage. To access the procurement documents, complete and submit the PSQ, Bidders will need to be registered on the eTendering portal - SAP Ariba. The following instructions explain TfL's e-tendering portal and provide guidance on how interested parties will be able to communicate with TfL in relation to this exercise. (1) To register or to check if you are already registered to SAP Ariba, log on to https://service.ariba.com/Supplier.aw Interested parties must read the instructions carefully before proceeding with registration. For help on using the SAP Ariba system, please refer to https://support.ariba.com/Adapt/Ariba_Network_Supplier_Training (2) Once you have registered on SAP Ariba (or are already registered), you must also register on TfL's SAP Ariba system through the following link https://s1-eu.ariba.com/Sourcing/Main/ad/selfRegistration?realm=TfL Guidance on registering is available through the following link: here https://content.tfl.gov.uk/supplier-registration.pdf (3) Upon completion of steps 1 and/or 2, interested parties must inform professionalsvcsframeworks3@tfl.gov.uk with the following details: - your organisation name as registered in SAP Ariba; - your applicable supplier ID associated with TfL in SAP Ariba, in the form of SM Vendor ID, ERP ID, AN ID or ACM ID; - your single point of contact registered on SAP Ariba; first name and surname; - your email address registered with SAP Ariba; and - your role in the organisation as registered with SAP Ariba; Completion of these steps will enable TfL to invite interested parties to the event in SAP Ariba to gain access to the procurement documents, allowing interested bidders to submit their SSQ submission via SAP Ariba by the deadline stated in IV.2.2. Please contact Ariba_Supplier_Enablement@tfl.gov.uk in the first instance should you experience any problems with the portal for issues related to items 1 and 2 above. Please contact professionalsvcsframeworks3@tfl.gov.uk should you experience any other problems with the portal following completion of all three steps above. Further instructions and guidance are included in the PSQ and other procurement documents on SAP Ariba. Bidders must read the instructions carefully before proceeding with registration and are advised to satisfy themselves that they understand all the requirements of the procurement and terms of the contract and the rules of the procurement process before submitting their tender response.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-07-18T17:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-07-04T17:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-03-30T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "A-1946",
                "documentType": "biddingDocuments",
                "description": "Additional Bidder Instructions.",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-1946",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "031088-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/031088-2025",
                "datePublished": "2025-06-09T17:16:18+01:00",
                "format": "text/html"
            },
            {
                "id": "035407-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/035407-2025",
                "datePublished": "2025-06-26T13:31:42+01:00",
                "format": "text/html"
            },
            {
                "id": "051922-2025",
                "documentType": "tenderCancellationNotice",
                "noticeType": "UK12",
                "description": "Procurement termination notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/051922-2025",
                "datePublished": "2025-08-28T12:09:23+01:00",
                "format": "text/html"
            }
        ],
        "amendments": [
            {
                "id": "035407-2025",
                "description": "Bidders are advised that the following changes are made to the procurement: Clarification deadline has been extended until 17:00 28th July PSQ Tender submission date will be 17:00 1st August 2025"
            }
        ]
    },
    "language": "en",
    "awards": [
        {
            "id": "1",
            "status": "cancelled",
            "statusDetails": "Recall of notice with intention to update documentation and republish.",
            "finalStatusDate": "2025-08-28T00:00:00+01:00",
            "relatedLots": [
                "1",
                "A2",
                "A3",
                "A4",
                "A5",
                "A6",
                "A7",
                "A8",
                "B1",
                "B10",
                "B2",
                "B3",
                "B4",
                "B5",
                "B6",
                "B7",
                "B8",
                "B9"
            ]
        }
    ]
}