Award

External Assurance Reviews of Local Authorities

MINISTRY OF HOUSING, COMMUNITIES & LOCAL GOVERNMENT

This public procurement record has 4 releases in its history.

Award

03 Dec 2025 at 13:21

Award

23 Oct 2025 at 13:23

Tender

05 Sep 2025 at 13:17

Planning

23 Jun 2025 at 15:05

Summary of the contracting process

The Ministry of Housing, Communities & Local Government (MHCLG), headquartered in London, is undertaking a procurement process titled "External Assurance Reviews of Local Authorities," within the category of financial consultancy services. The procurement follows an open procedure aimed at appointing a supplier to conduct comprehensive reviews of local authorities exhibiting significant risk or evidence of failure. The procurement status is complete, with the contract awarded to CIPFA BUSINESS LIMITED. The contract commenced on 28th November 2025 and is set to end on 1st December 2026, with potential extension options already outlined. The financial cap for the initial 12-month period is £1,500,000, ex VAT.

This tender offers substantial opportunities for SMEs and large firms involved in financial consultancy services. Businesses skilled in financial management, governance, and procurement reviews are well-suited to compete, as the contract requires multiple objectives to be met by the supplier, including consistency in quality and expertise in the local authority sector. The contract promotes social value commitments, encouraging engagement with community groups and potential workshops, thus supporting the supplier’s growth in offering comprehensive service solutions while fostering community ties. CIPFA BUSINESS LIMITED has already been successful in securing this contract, demonstrating the capacity for similar businesses to grow by aligning with public authority needs and showcasing expertise in financial risk assessments and governance improvements.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

External Assurance Reviews of Local Authorities

Notice Description

To appoint an external Supplier that can quickly mobilise resources to coordinate and conduct external assurance reviews of local authorities where those local authorities are identified as carrying significant risk and / or exhibiting evidence of failure. The reviews may cover a range of subject areas that include but are not limited to: governance processes, financial management, financial sustainability, commercial and companies, and procurement and contract management. Reviews will include recommendations on appropriate steps local authorities could take to address the issues / risks identified. It is expected that the areas of focus for each review will not be mutually exclusive, and the Supplier is expected to consider the interdependencies across the different areas as required. There may be additional focuses for specific local authorities that may be included in review scopes, for instance, specific demand pressures or investments / companies that are driving financial pressures. External Assurance Reviews will be categorised as either (but not limited to) "in depth assessment (finance and governance)" - will encompass a wide scope across a range of subject areas "in depth assessment (finance)" - scopes which are principally focused on financial management & sustainability and/ or capital / debt & investments / assets, and improvement only "in depth assessment (governance)" - reviews focused on the governance, culture and leadership of organisation or service delivery (and improvement) - with only limited focus on financial elements of the authority under view "rapid review" (which could be financial or governance focused in nature) Under this contract the Supplier will be expected to deliver against the following objectives: Objective 1 - Delivering Reviews: To deliver to MHCLG completed external assurance reviews of local authorities to an agreed timeframe to enable timely actions to be taken in response to their findings; Objective 2 - Consistency and Quality: To ensure consistency of quality, depth, and presentation of external assurance reviews, and that all reviews meet a good standard of written English; Objective 3 - Constructive Working Relationships: To work constructively with local authorities subject to an external assurance review to ensure review analysis and findings are robust, and maintain as far as possible a collaborative working relationship between local authority, Supplier and MHCLG; Objective 4 - Due Diligence to Reduce Legal Risk: To ensure that conflicts of interest are managed appropriately, and that the Supplier undertakes due diligence to reduce legal risk in all respects, this includes ensuring appropriate due diligence where a review implicates an identifiable individual. Objective 5 - Resource Capacity: To ensure resource capacity and flexibility is provided so that reviews can continue to be delivered to the agreed timeframes, particularly where reviews are occurring concurrently. Objective 6 - Expertise: To ensure Supplier reviewers / review teams have the necessary experience, expertise, qualifications and understanding of the local authority sector, reflecting the review scope may flex subject to the issues identified in individual local authorities.

Lot Information

Lot 1

Renewal: There will be an optional extension period of two years (+1+1). The financial cap for the initial 12 months will be a maximum of PS1,500,000 ex VAT. Any extension period would be subject to requirements, a variation process, funding approval and performance of the supplier up to a maximum value of PS3,000,000 ex VAT (for the optional extension years). The maximum value of the contract including any extension years is PS4,500,000 ex VAT.

Planning Information

To request a copy of the PME document please email the below address ensuring to insert 'CPD4128021 - Local Assurance Reviews" into the subject header of the email. Commercialtenders.gov.uk Specific questions from the Authority are detailed in section 8 of the PME document.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0551fe
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/079356-2025
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
UK7 - Contract Details Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

66 - Financial and insurance services


CPV Codes

66171000 - Financial consultancy services

Notice Value(s)

Tender Value
£4,500,000 £1M-£10M
Lots Value
£4,500,000 £1M-£10M
Awards Value
£4,500,000 £1M-£10M
Contracts Value
£4,500,000 £1M-£10M

Notice Dates

Publication Date
3 Dec 20252 months ago
Submission Deadline
3 Oct 2025Expired
Future Notice Date
11 Jul 2025Expired
Award Date
21 Oct 20254 months ago
Contract Period
28 Nov 2025 - 1 Dec 2026 1-2 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF HOUSING, COMMUNITIES & LOCAL GOVERNMENT
Contact Name
Not specified
Contact Email
commercial@communities.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON UNITED KINGDOM
Postcode
SW1P 4DF
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

CIPFA BUSINESS

Further Information

Notice Documents

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-0551fe-2025-12-03T13:21:06Z",
    "date": "2025-12-03T13:21:06Z",
    "ocid": "ocds-h6vhtk-0551fe",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PWCX-8281-CLPR",
            "name": "Ministry of Housing, Communities & Local Government",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PWCX-8281-CLPR"
            },
            "address": {
                "streetAddress": "2 Marsham Street",
                "locality": "London United Kingdom",
                "postalCode": "SW1P 4DF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "commercial@communities.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-OC300001",
            "name": "ERNST & YOUNG LLP",
            "identifier": {
                "scheme": "GB-COH",
                "id": "OC300001"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PMLW-7292-ZXTL"
                }
            ],
            "address": {
                "streetAddress": "1 More London Place",
                "locality": "London",
                "postalCode": "SE1 2AF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI44"
            },
            "roles": [
                "tenderer"
            ],
            "details": {
                "url": "https://www.ey.com/en_uk",
                "scale": "large",
                "vcse": false
            }
        },
        {
            "id": "GB-COH-02376684",
            "name": "CIPFA BUSINESS LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "02376684"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PDXT-3827-YNGN"
                }
            ],
            "address": {
                "streetAddress": "77 Mansell Street",
                "locality": "London",
                "postalCode": "E1 8AN",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI42"
            },
            "contactPoint": {
                "email": "trackernotices@cipfa.org"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.cipfa.org",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PWCX-8281-CLPR",
        "name": "Ministry of Housing, Communities & Local Government"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "To request a copy of the PME document please email the below address ensuring to insert 'CPD4128021 - Local Assurance Reviews\" into the subject header of the email. Commercialtenders.gov.uk Specific questions from the Authority are detailed in section 8 of the PME document.",
                "dueDate": "2025-07-11T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "034487-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/034487-2025",
                "datePublished": "2025-06-23T16:05:29+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "CPD4128021",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "External Assurance Reviews of Local Authorities",
        "description": "To appoint an external Supplier that can quickly mobilise resources to coordinate and conduct external assurance reviews of local authorities where those local authorities are identified as carrying significant risk and / or exhibiting evidence of failure. The reviews may cover a range of subject areas that include but are not limited to: governance processes, financial management, financial sustainability, commercial and companies, and procurement and contract management. Reviews will include recommendations on appropriate steps local authorities could take to address the issues / risks identified. It is expected that the areas of focus for each review will not be mutually exclusive, and the Supplier is expected to consider the interdependencies across the different areas as required. There may be additional focuses for specific local authorities that may be included in review scopes, for instance, specific demand pressures or investments / companies that are driving financial pressures. External Assurance Reviews will be categorised as either (but not limited to) \"in depth assessment (finance and governance)\" - will encompass a wide scope across a range of subject areas \"in depth assessment (finance)\" - scopes which are principally focused on financial management & sustainability and/ or capital / debt & investments / assets, and improvement only \"in depth assessment (governance)\" - reviews focused on the governance, culture and leadership of organisation or service delivery (and improvement) - with only limited focus on financial elements of the authority under view \"rapid review\" (which could be financial or governance focused in nature) Under this contract the Supplier will be expected to deliver against the following objectives: Objective 1 - Delivering Reviews: To deliver to MHCLG completed external assurance reviews of local authorities to an agreed timeframe to enable timely actions to be taken in response to their findings; Objective 2 - Consistency and Quality: To ensure consistency of quality, depth, and presentation of external assurance reviews, and that all reviews meet a good standard of written English; Objective 3 - Constructive Working Relationships: To work constructively with local authorities subject to an external assurance review to ensure review analysis and findings are robust, and maintain as far as possible a collaborative working relationship between local authority, Supplier and MHCLG; Objective 4 - Due Diligence to Reduce Legal Risk: To ensure that conflicts of interest are managed appropriately, and that the Supplier undertakes due diligence to reduce legal risk in all respects, this includes ensuring appropriate due diligence where a review implicates an identifiable individual. Objective 5 - Resource Capacity: To ensure resource capacity and flexibility is provided so that reviews can continue to be delivered to the agreed timeframes, particularly where reviews are occurring concurrently. Objective 6 - Expertise: To ensure Supplier reviewers / review teams have the necessary experience, expertise, qualifications and understanding of the local authority sector, reflecting the review scope may flex subject to the issues identified in individual local authorities.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "66171000",
                        "description": "Financial consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2025-11-28T00:00:00Z",
                    "endDate": "2026-12-01T23:59:59Z",
                    "maxExtentDate": "2028-11-28T23:59:59Z"
                },
                "hasRenewal": true,
                "status": "complete",
                "value": {
                    "amountGross": 5400000,
                    "amount": 4500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical Response",
                            "numbers": [
                                {
                                    "number": 100,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "renewal": {
                    "description": "There will be an optional extension period of two years (+1+1). The financial cap for the initial 12 months will be a maximum of PS1,500,000 ex VAT. Any extension period would be subject to requirements, a variation process, funding approval and performance of the supplier up to a maximum value of PS3,000,000 ex VAT (for the optional extension years). The maximum value of the contract including any extension years is PS4,500,000 ex VAT."
                }
            }
        ],
        "status": "complete",
        "value": {
            "amountGross": 5400000,
            "amount": 4500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethodDetails": "Associated tender documents https://atamis-5407.my.site.com/login?locale=us The key documents supporting this procurement can be found and accessed in the Log on to the MHCLG Atamis e-procurement supplier website. The Authority will be administering the Procurement Process electronically via this eSourcing Portal. All communications with the Authority must be conducted via the Portal. Support is available to help Suppliers to understand and use the Portal or query any issues with the eSourcing Portal via the following link: https://suppliersupport.atamis.co.uk/hc/en-gb/sections/4612344115359 If you can't find what you're looking for there, the customer support team is available to assist you from 8 am - 6 pm (UK time in the English Language), excluding holidays by submitting a request; https://suppliersupport.atamis.co.uk/hc/en-gb/requests/new For urgent technical assistance please call the helpdesk, Phone 44 29 2280 9277 Operational Hours 08:00-18:00 Monday - Friday Excluding Public Holidays Access Tender in Portal.pdf Guide to accessing the tender documents Access Tender in Portal (4).pdf",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-10-03T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-10-31T23:59:59Z"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "A-4531",
                "documentType": "biddingDocuments",
                "description": "Associated tender documents https://atamis-5407.my.site.com/login?locale=us The key documents supporting this procurement can be found and accessed in the Log on to the MHCLG Atamis e-procurement supplier website. The Authority will be administering the Procurement Process electronically via this eSourcing Portal. All communications with the Authority must be conducted via the Portal. Support is available to help Suppliers to understand and use the Portal or query any issues with the eSourcing Portal via the following link: https://suppliersupport.atamis.co.uk/hc/en-gb/sections/4612344115359 For urgent technical assistance please call the helpdesk, Phone 44 29 2280 9277 Operational Hours 08:00-18:00 Monday - Friday Excluding Public Holidays Guide to accessing the tender documents Access Tender in Portal (4).pdf",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-4531",
                "format": "application/pdf"
            },
            {
                "id": "054317-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/054317-2025",
                "datePublished": "2025-09-05T14:17:32+01:00",
                "format": "text/html"
            }
        ],
        "coveredBy": [
            "GPA"
        ]
    },
    "language": "en",
    "bids": {
        "details": [
            {
                "id": "1",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-02376684",
                        "name": "CIPFA BUSINESS LIMITED"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "2",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-OC300001",
                        "name": "ERNST & YOUNG LLP"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            }
        ],
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "status": "active",
            "date": "2025-10-22T00:00:00+01:00",
            "value": {
                "amountGross": 5400000,
                "amount": 4500000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-02376684",
                    "name": "CIPFA BUSINESS LIMITED"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "66171000",
                            "description": "Financial consultancy services"
                        }
                    ],
                    "relatedLot": "1",
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ]
                }
            ],
            "standstillPeriod": {
                "endDate": "2025-11-03T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2025-11-28T00:00:00Z",
                "endDate": "2026-12-01T23:59:59Z",
                "maxExtentDate": "2028-12-01T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "There is an optional extension period of two years (+1+1). The financial cap for the initial 12 months will be a maximum of PS1,500,000 ex VAT. Any extension period would be subject to requirements, a variation process, funding approval and performance of the supplier up to a maximum value of PS3,000,000 ex VAT (for the optional extension years). The maximum value of the contract including any extension years is PS4,500,000 ex VAT."
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "067853-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/067853-2025",
                    "datePublished": "2025-10-23T14:23:16+01:00",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-10-22T00:00:00+01:00",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-11-21T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "1",
            "awardID": "1",
            "title": "External Assurance Reviews of Local Authorities",
            "status": "active",
            "period": {
                "startDate": "2025-11-28T00:00:00Z",
                "endDate": "2026-12-01T23:59:59Z",
                "maxExtentDate": "2028-12-01T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "There is an optional extension period of two years (+1+1). The financial cap for the initial 12 months will be a maximum of PS1,500,000 ex VAT. Any extension period would be subject to requirements, a variation process, funding approval and performance of the supplier up to a maximum value of PS3,000,000 ex VAT (for the optional extension years). The maximum value of the contract including any extension years is PS4,500,000 ex VAT."
            },
            "value": {
                "amountGross": 5400000,
                "amount": 4500000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2025-11-25T00:00:00Z",
            "agreedMetrics": [
                {
                    "id": "1",
                    "title": "Cost",
                    "description": "Supplier Cost remains within agreed parameters - frequency will be per commission/invoice"
                },
                {
                    "id": "2",
                    "title": "Quality",
                    "description": "Quality of reviews must provide assurance and expert analysis to support robust credible decisions by the authority on Exceptional Financial Support taking interventionist steps to ensure VfM/reduce Council's risk. Frequency will be per review/commission."
                },
                {
                    "id": "3",
                    "title": "Time - In Depth Assessment",
                    "description": "A draft of each in-depth assessment must be submitted within 5 weeks of commissioning (unless agreed by exception) Frequency will be per assessment."
                },
                {
                    "id": "4",
                    "title": "Time - Rapid Reviews",
                    "description": "A draft of each rapid review must be submitted by the end of week 2 from commissioning. Frequency will be per review."
                },
                {
                    "id": "5",
                    "title": "Time - Final Reviews",
                    "description": "Final reviews must be delivered within 6 - 8 weeks of commissioning (unless agreed by exception). Frequency will be per review."
                },
                {
                    "id": "6",
                    "title": "Progress Reports",
                    "description": "The supplier must provide fortnightly updates for each ongoing review to keep the authority informed of progress to include progress to date, risks / issues encountered and mitigations, and forecast delivery date. A project management template will be provided. Frequency will be fortnightly."
                },
                {
                    "id": "7",
                    "title": "Social Value Commitment 1 - Workshops",
                    "description": "Social Value Theme 3: Resilient, innovative and flexible supply chains: Support economic growth through enabling resilient businesses, opportunities for small businesses and voluntary, community and social enterprises. 3b. Collaborate in co-design and delivery with communities and anchor partners. 3bi. Number of engagement activities with the community, community representatives and or anchor institutions. Deliver a minimum of 8 workshops across CV writing, job readiness, grant applications, and Procurement Act 2023 awareness, co-designed with local authorities, anchor partners, and community groups to address local skills and organisational needs.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 12
                            }
                        }
                    ]
                },
                {
                    "id": "8",
                    "title": "Social Value Commitment 2 - Participant Engagement & Outcomes",
                    "description": "Social Value Theme 3: Resilient, innovative and flexible supply chains: Support economic growth through enabling resilient businesses, opportunities for small businesses and voluntary, community and social enterprises. 3b. Collaborate in co-design and delivery with communities and anchor partners. 3bi. Number of engagement activities with the community, community representatives and or anchor institutions. Achieve 128 hours of social value activity through workshops, ensuring that 80% of participants report increased confidence or skills and 50% take practical steps towards employment, grant applications, or community engagement",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 12
                            }
                        }
                    ]
                }
            ],
            "documents": [
                {
                    "id": "079356-2025",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/079356-2025",
                    "datePublished": "2025-12-03T13:21:06Z",
                    "format": "text/html"
                }
            ]
        }
    ]
}