Tender

Framework Agreement for Greenmount Campus Redevelopment Project

DAERA

This public procurement record has 6 releases in its history.

TenderUpdate

04 Nov 2025 at 15:26

TenderUpdate

31 Oct 2025 at 14:27

TenderUpdate

20 Oct 2025 at 09:57

TenderUpdate

20 Oct 2025 at 08:16

TenderUpdate

02 Oct 2025 at 07:58

Tender

17 Sep 2025 at 09:22

Summary of the contracting process

The Department of Agriculture, Environment and Rural Affairs (DAERA) has launched a procurement process for a framework agreement concerning the redevelopment of the College of Agriculture, Food and Rural Enterprise (CAFRE) Greenmount Campus in Northern Ireland. This project, valued at a gross amount of £91.2 million (with a net value of £76 million), falls under the works category, focusing on educational and research building construction. The tender is managed through a selective procurement method with the participation deadline set for 11th November 2025. The procurement is currently in the tenderUpdate stage with potential award decisions expected by 2nd March 2026. The contracting framework spans up to six years, compliant with the Procurement Act 2023 regulations, providing design, demolition, construction, and maintenance services essential to the campus's function, while minimally disrupting its operations.

This tender presents significant opportunities for businesses adept in construction and infrastructure development, particularly those experienced in maintaining active educational environments during redevelopment. The framework intends to appoint a principal supplier for the first contract (Phase 1) and up to five reserve suppliers, offering a chance for continuous engagement across subsequent phases. Firms well-versed in phased projects and maintaining quality under set performance conditions, monitored by Key Performance Indicators (KPIs), are poised to benefit greatly. Engaging in this framework not only provides steady business growth potential but also positions successful contractors as key players in supporting DAERA's long-term vision for CAFRE's development.

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

Framework Agreement for Greenmount Campus Redevelopment Project

Notice Description

This procurement seeks to appoint suppliers to a framework for the phased redevelopment of the College of Agriculture, Food and Rural Enterprise (CAFRE) Greenmount Campus, with the Contracting Authority being the Department of Agriculture, Environment and Rural Affairs (DAERA). Planning permission approval for the project was granted by Antrim & Newtownabbey District Council in November 2024 (LA03/2024/0269/F). The Preliminary Market Engagement (PME) requirements of the Procurement Act 2023 was not deemed necessary, given this redevelopment project is considered to be routine construction, with a large supply base capable of delivering each of the anticipated construction contracts. Each contract awarded from the framework will include: design development, demolition, construction and maintenance. Due to the nature of the client's business i.e. an educational campus which must remain operational throughout the duration of the redevelopment, it is anticipated that some contracts may be awarded after 4 years following the award of the framework. It is anticipated that the duration of the framework will be for a period of up to 6 years, in line with Regulation 47(2) of the Procurement Act 2023. The framework will provide the delivery of the Scope outlined within the tender documentation. It is anticipated that the successful supplier of the first contract (Phase 1) will be retained for subsequent contracts (Phase 2 and Phase 3), subject to satisfactory performance of each preceding phase and agreement of costs for each subsequent phase with the Contracting Authority. Up to 5 reserve suppliers will also be awarded to the framework. The Contracting Authority reserves the right to tender each phase between the framework suppliers and reserves the right to tender each phase of a supplier's design between the framework suppliers, or on the open market. The Contracting Authority also reserve the right to eliminate poor performing suppliers from tendering for future phases. This framework is not a guarantee of any workload and may be terminated at any time as may be deemed necessary by the Contracting Authority. This framework includes the right for the Contracting Authority to suspend and/or terminate a supplier's participation in the framework. The anticipated works under this framework will consist of: the demolition of existing educational and campus buildings, construction of three new buildings (Student Accommodation Building, Teaching Building and Central Hub Building) with all associated site works and an extensive period of planned and reactive maintenance (Government Soft Landings (GSL)) following construction completion of each phase. The successful supplier for each phase will be responsible for the completion of the design and construction of all of the works and management of facilities in accordance with GSL requirements. The contracts awarded under this framework require the successful supplier to maintain continuity of existing campus functions, ensuring that the design respects the character and configuration of the overall Greenmount campus and ensuring that the construction is delivered with minimal disruption to campus activities. Contract Performance Conditions Supplier's performance on this framework will be regularly monitored, with the requirement of reporting against Key Performance Indicators (KPIs). As part of its contract management procedures, the Contracting Authority will use the Protocol for Managing Poor Supplier. Performance contained in Annex K of the Construction Procurement Toolkit. Construction Toolkit 30-04-24 If a supplier has received more than one current Notice of Written Warning or a Notice of Unsatisfactory Performance, the Contracting Authority, at its discretion, can consider a supplier's exclusion from future procurements, being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy Statement, for a minimum period of 12 months or 3 years respectively. Complementary Information The Contracting Authority expressly reserves the right; a) not to award any Contract as a result of the procurement process commenced by publication of this notice; b) To make whatever changes it may see fit to the content and structure of the tendering competition; In no circumstances will the Authority be liable for any costs incurred by candidates participating in this competition. Contracts awarded as a result of this procurement process shall be considered as contracts made in Northern Ireland and subject to the exclusive jurisdiction of the Northern Ireland Courts. The Contracting Authority reserves the right not to award any contracts as a result of this competition. The process may be terminated or suspended at any time without cost or liability to the Contracting Authority. While it intends to do so, the Contracting Authority does not bind itself or others to enter into any contract arising out of the procedures envisaged by this notice. No contractual rights expressed or implied arise out of the notice or procedures envisaged by it. The Contracting Authority reserves the right to vary its requirements and the procedures relating to the conduct of the award process. The Contracting Authority shall disqualify any Supplier which is ineligible under Regulation 57 of the Procurement Act 2023 (subject to any overriding public interest requirement) and reserves the right to disqualify any organisation which: a) Provides information or confirmations which later prove to be untrue or incorrect; b) Does not supply the information within the timescale required by this notice or by the Tender Stage Documentation or as otherwise required during the process. Instructions on how to submit a tender; * Suppliers must be registered on the Contracting Authorities eprocurement portal, eTendersNI available on the following link: https://etendersni.gov.uk/epps/home.do * All Suppliers should follow the instructions on how to submit a tender within the Invitation to Participate (ItP) documents held within the documents area for this procurement on the eTendersNI portal. Review - Procedure This procurement is governed by the Procurement Act 2023 and provides for suppliers who have suffered, or who risk suffering, loss, or damage, as a consequence of an alleged breach of the duty owed in accordance with the Act to start proceedings in the High Court. The standstill period, which will be for a minimum of 8 working days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Full details of this procurement are set out within the tender documents.

Lot Information

Lot 1

Renewal: Due to the nature of the client's business i.e. an educational campus which must remain operational throughout the duration of the redevelopment, it is anticipated that some contracts may be awarded after 4 years following the award of the framework. It is anticipated that the duration of the framework will be for a period of up to 6 years, in line with Regulation 47(2) of the Procurement Act 2023.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-059bf8
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/070927-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45210000 - Building construction work

45211000 - Construction work for multi-dwelling buildings and individual houses

45213100 - Construction work for commercial buildings

45214000 - Construction work for buildings relating to education and research

Notice Value(s)

Tender Value
£76,000,000 £10M-£100M
Lots Value
£76,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Nov 20253 months ago
Submission Deadline
11 Nov 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
2 Mar 2026 - 2 Mar 2032 Over 5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
DAERA
Additional Buyers

CPD - CONSTRUCTION DIVISION

Contact Name
Not specified
Contact Email
construct.info@finance-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT3 9ED
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN0 Northern Ireland

Local Authority
Belfast
Electoral Ward
Sydenham
Westminster Constituency
Belfast East

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-059bf8-2025-11-04T15:26:42Z",
    "date": "2025-11-04T15:26:42Z",
    "ocid": "ocds-h6vhtk-059bf8",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PLDR-5748-GBBJ",
            "name": "DAERA",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PLDR-5748-GBBJ"
            },
            "address": {
                "streetAddress": "303 AIRPORT ROAD WEST",
                "locality": "BELFAST",
                "postalCode": "BT3 9ED",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN06"
            },
            "contactPoint": {
                "email": "Construct.Info@finance-ni.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    },
                    {
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "id": "GB-NIR",
                        "description": "Northern Irish devolved regulations apply"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PBPX-2845-LQQH",
            "name": "CPD - Construction Division",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBPX-2845-LQQH"
            },
            "address": {
                "streetAddress": "303 AIRPORT ROAD WEST",
                "locality": "BELFAST",
                "postalCode": "BT3 9ED",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKN06"
            },
            "contactPoint": {
                "email": "Construct.Info@finance-ni.gov.uk"
            },
            "roles": [
                "procuringEntity",
                "processContactPoint"
            ],
            "roleDetails": "The Authority has appointed CPD - Construction Division as the CoPE to provide procurement advice and to administer this procurement competition on its behalf as a buyer."
        }
    ],
    "buyer": {
        "id": "GB-PPON-PLDR-5748-GBBJ",
        "name": "DAERA"
    },
    "tender": {
        "id": "ocds-h6vhtk-059bf8",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Framework Agreement for Greenmount Campus Redevelopment Project",
        "description": "This procurement seeks to appoint suppliers to a framework for the phased redevelopment of the College of Agriculture, Food and Rural Enterprise (CAFRE) Greenmount Campus, with the Contracting Authority being the Department of Agriculture, Environment and Rural Affairs (DAERA). Planning permission approval for the project was granted by Antrim & Newtownabbey District Council in November 2024 (LA03/2024/0269/F). The Preliminary Market Engagement (PME) requirements of the Procurement Act 2023 was not deemed necessary, given this redevelopment project is considered to be routine construction, with a large supply base capable of delivering each of the anticipated construction contracts. Each contract awarded from the framework will include: design development, demolition, construction and maintenance. Due to the nature of the client's business i.e. an educational campus which must remain operational throughout the duration of the redevelopment, it is anticipated that some contracts may be awarded after 4 years following the award of the framework. It is anticipated that the duration of the framework will be for a period of up to 6 years, in line with Regulation 47(2) of the Procurement Act 2023. The framework will provide the delivery of the Scope outlined within the tender documentation. It is anticipated that the successful supplier of the first contract (Phase 1) will be retained for subsequent contracts (Phase 2 and Phase 3), subject to satisfactory performance of each preceding phase and agreement of costs for each subsequent phase with the Contracting Authority. Up to 5 reserve suppliers will also be awarded to the framework. The Contracting Authority reserves the right to tender each phase between the framework suppliers and reserves the right to tender each phase of a supplier's design between the framework suppliers, or on the open market. The Contracting Authority also reserve the right to eliminate poor performing suppliers from tendering for future phases. This framework is not a guarantee of any workload and may be terminated at any time as may be deemed necessary by the Contracting Authority. This framework includes the right for the Contracting Authority to suspend and/or terminate a supplier's participation in the framework. The anticipated works under this framework will consist of: the demolition of existing educational and campus buildings, construction of three new buildings (Student Accommodation Building, Teaching Building and Central Hub Building) with all associated site works and an extensive period of planned and reactive maintenance (Government Soft Landings (GSL)) following construction completion of each phase. The successful supplier for each phase will be responsible for the completion of the design and construction of all of the works and management of facilities in accordance with GSL requirements. The contracts awarded under this framework require the successful supplier to maintain continuity of existing campus functions, ensuring that the design respects the character and configuration of the overall Greenmount campus and ensuring that the construction is delivered with minimal disruption to campus activities. Contract Performance Conditions Supplier's performance on this framework will be regularly monitored, with the requirement of reporting against Key Performance Indicators (KPIs). As part of its contract management procedures, the Contracting Authority will use the Protocol for Managing Poor Supplier. Performance contained in Annex K of the Construction Procurement Toolkit. Construction Toolkit 30-04-24 If a supplier has received more than one current Notice of Written Warning or a Notice of Unsatisfactory Performance, the Contracting Authority, at its discretion, can consider a supplier's exclusion from future procurements, being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy Statement, for a minimum period of 12 months or 3 years respectively. Complementary Information The Contracting Authority expressly reserves the right; a) not to award any Contract as a result of the procurement process commenced by publication of this notice; b) To make whatever changes it may see fit to the content and structure of the tendering competition; In no circumstances will the Authority be liable for any costs incurred by candidates participating in this competition. Contracts awarded as a result of this procurement process shall be considered as contracts made in Northern Ireland and subject to the exclusive jurisdiction of the Northern Ireland Courts. The Contracting Authority reserves the right not to award any contracts as a result of this competition. The process may be terminated or suspended at any time without cost or liability to the Contracting Authority. While it intends to do so, the Contracting Authority does not bind itself or others to enter into any contract arising out of the procedures envisaged by this notice. No contractual rights expressed or implied arise out of the notice or procedures envisaged by it. The Contracting Authority reserves the right to vary its requirements and the procedures relating to the conduct of the award process. The Contracting Authority shall disqualify any Supplier which is ineligible under Regulation 57 of the Procurement Act 2023 (subject to any overriding public interest requirement) and reserves the right to disqualify any organisation which: a) Provides information or confirmations which later prove to be untrue or incorrect; b) Does not supply the information within the timescale required by this notice or by the Tender Stage Documentation or as otherwise required during the process. Instructions on how to submit a tender; * Suppliers must be registered on the Contracting Authorities eprocurement portal, eTendersNI available on the following link: https://etendersni.gov.uk/epps/home.do * All Suppliers should follow the instructions on how to submit a tender within the Invitation to Participate (ItP) documents held within the documents area for this procurement on the eTendersNI portal. Review - Procedure This procurement is governed by the Procurement Act 2023 and provides for suppliers who have suffered, or who risk suffering, loss, or damage, as a consequence of an alleged breach of the duty owed in accordance with the Act to start proceedings in the High Court. The standstill period, which will be for a minimum of 8 working days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Full details of this procurement are set out within the tender documents.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45214000",
                        "description": "Construction work for buildings relating to education and research"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45211000",
                        "description": "Construction work for multi-dwelling buildings and individual houses"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213100",
                        "description": "Construction work for commercial buildings"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKN0",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKN0",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKN0",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKN0",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKN0",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 91200000,
            "amount": 76000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The Preliminary Market Engagement (PME) requirements of the Procurement Act 2023 was not deemed necessary, given this redevelopment project is considered to be routine construction, with a large supply base capable of delivering each of the anticipated construction contracts. Each contract awarded from the framework will include: design development, demolition, construction and maintenance. Due to the nature of the client's business i.e. an educational campus which must remain operational throughout the duration of the redevelopment, it is anticipated that some contracts may be awarded after 4 years following the award of the framework. It is anticipated that the duration of the framework will be for a period of up to 6 years, in line with Regulation 47(2) of the Procurement Act 2023. The framework will provide the delivery of the Scope outlined within the tender documentation. It is anticipated that the successful supplier of the first contract (Phase 1) will be retained for subsequent contracts (Phase 2 and Phase 3), subject to satisfactory performance of each preceding phase and agreement of costs for each subsequent phase with the Contracting Authority. Up to 5 reserve suppliers will also be awarded to the framework. The Contracting Authority reserves the right to tender each phase between the framework suppliers and reserves the right to tender each phase of a supplier's design between the framework suppliers, or on the open market. The Contracting Authority also reserve the right to eliminate poor performing suppliers from tendering for future phases. This framework is not a guarantee of any workload and may be terminated at any time as may be deemed necessary by the Contracting Authority. This framework includes the right for the Contracting Authority to suspend and/or terminate a supplier's participation in the framework. The anticipated works under this framework will consist of: the demolition of existing educational and campus buildings, construction of three new buildings (Student Accommodation Building, Teaching Building and Central Hub Building) with all associated site works and an extensive period of planned and reactive maintenance (Government Soft Landings (GSL)) following construction completion of each phase. The successful supplier for each phase will be responsible for the completion of the design and construction of all of the works and management of facilities in accordance with GSL requirements. The contracts awarded under this framework require the successful supplier to maintain continuity of existing campus functions, ensuring that the design respects the character and configuration of the overall Greenmount campus and ensuring that the construction is delivered with minimal disruption to campus activities. Contract Performance Conditions Supplier's performance on this framework will be regularly monitored, with the requirement of reporting against Key Performance Indicators (KPIs). Contracts awarded as a result of this procurement process shall be considered as contracts made in Northern Ireland and subject to the exclusive jurisdiction of the Northern Ireland Courts. The Contracting Authority reserves the right not to award any contracts as a result of this competition. The process may be terminated or suspended at any time without cost or liability to the Contracting Authority. While it intends to do so, the Contracting Authority does not bind itself or others to enter into any contract arising out of the procedures envisaged by this notice. No contractual rights expressed or implied arise out of the notice or procedures envisaged by it. The Contracting Authority reserves the right to vary its requirements and the procedures relating to the conduct of the award process. The Contracting Authority shall disqualify any Supplier which is ineligible under Regulation 57 of the Procurement Act 2023 (subject to any overriding public interest requirement) and reserves the right to disqualify any organisation which: a) Provides information or confirmations which later prove to be untrue or incorrect; b) Does not supply the information within the timescale required by this notice or by the Tender Stage Documentation or as otherwise required during the process. Instructions on how to submit a tender; * Suppliers must be registered on the Contracting Authorities eprocurement portal, eTendersNI available on the following link: https://etendersni.gov.uk/epps/home.do * All Suppliers should follow the instructions on how to submit a tender within the Invitation to Participate (ItP) documents held within the documents area for this procurement on the eTendersNI portal."
        },
        "mainProcurementCategory": "works",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "method": "withAndWithoutReopeningCompetition",
                "type": "closed",
                "description": "As per framework agreement"
            }
        },
        "submissionMethodDetails": "eTendersNI is the Authority's electronic tendering portal. Should you have any queries or difficulties in relation to use of the portal, please contact eTendersNI's dedicated supplier helpdesk by calling 0800 240 4545 or emailing: ni-eproc-helpdesk@eurodyn.com The PSP must be completed in accordance with the requirements of the Participation Stage Documentation and returned via the eTendersNI system. Emailed PSP submissions will not be accepted. The PSP can be uploaded at any time before the PSP Receipt Deadline. Submissions can be retrieved and re-submitted any time before the PSP Receipt Deadline. When submitting your response, please be aware of the speed of your internet connection, your system configuration and general web traffic that may impact on the time required to complete the transaction. The Authority nor the CoPE can accept any responsibility for transmission delays. It is the responsibility of the Supplier to ensure that its PSP submission response has been received in the prescribed manner and in accordance with the PSP Receipt Deadline. In order to be considered for evaluation, the PSP must be received on the eTendersNI system no later than the PSP Receipt Deadline specified in ItP-Part B, section 7.10. The option to submit the PSP submission will be removed on the system at the moment the PSP Receipt Deadline is passed. If the PSP Receipt Deadline passes while the PSP submission is in transit, the PSP submission will be rejected by the system. Instructions for submitting responses can be found in the \"Help\" area on the eTendersNI homepage. Short video walkthroughs of preparing and submitting your response are also available under \"Information\" via the \"supplier walkthrough help guides\" link on the eTendersNI homepage. Please note that in order to submit your response you will need the following software: * Use one of the following web browsers: Microsoft Edge (latest version), Mozilla Firefox (latest version), Google Chrome (latest version), Safari (latest version). * Have a valid e-mail address * Javascript must be enabled in your browser. * Click on the following link to check whether Javascript is enabled: http://enable-javascript.com/ In order to submit your response via eTendersNI you are required to answer the eTendersNI online CfT questionnaire within the portal and upload attachments where required. When submitting your PSP submission please ensure that: 1. The CDP contains complete, accurate and up-to-date information in relation to you as Supplier and where applicable Associated Suppliers. 2. Any single file attachment you are uploading is not larger than 50MB; 3. The complete PSP submission with attachments does not exceed 100MB; 4. You have checked that your whole PSP submission has been submitted correctly, including attachments; and 5. Once uploaded and saved, you complete a final check of the PSP submission to ensure the documents uploaded contain ALL the answers and any appendices specifically requested. You are advised to save your PSP submission at regular intervals and verify that you have the correct version of JAVA installed. Responses may be submitted at any time before the PSP Receipt Deadline. If you experience difficulties with the system, please contact the eTendersNI Helpdesk. Please do NOT wait until near the PSP Receipt Deadline to submit your PSP submission. Please be advised that INCOMPLETE PSP SUBMISSIONS MAY BE EXCLUDED.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-11-11T15:00:00+00:00",
        "enquiryPeriod": {
            "endDate": "2025-11-11T15:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-03-02T23:59:59+00:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 91200000,
                    "amount": 76000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "QUALITY",
                            "description": "Quality percentage weighting 45 % (SV10% = 55% overall) SV percentage - 10%",
                            "numbers": [
                                {
                                    "number": 55,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "PRICE",
                            "numbers": [
                                {
                                    "number": 45,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-03-02T00:00:00+00:00",
                    "endDate": "2032-03-02T23:59:59+00:00",
                    "maxExtentDate": "2037-03-09T23:59:59+00:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Due to the nature of the client's business i.e. an educational campus which must remain operational throughout the duration of the redevelopment, it is anticipated that some contracts may be awarded after 4 years following the award of the framework. It is anticipated that the duration of the framework will be for a period of up to 6 years, in line with Regulation 47(2) of the Procurement Act 2023."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "057205-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/057205-2025",
                "datePublished": "2025-09-17T10:22:40+01:00",
                "format": "text/html"
            },
            {
                "id": "061527-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/061527-2025",
                "datePublished": "2025-10-02T08:58:08+01:00",
                "format": "text/html"
            },
            {
                "id": "066561-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/066561-2025",
                "datePublished": "2025-10-20T09:16:49+01:00",
                "format": "text/html"
            },
            {
                "id": "066620-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/066620-2025",
                "datePublished": "2025-10-20T10:57:13+01:00",
                "format": "text/html"
            },
            {
                "id": "070130-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/070130-2025",
                "datePublished": "2025-10-31T14:27:15Z",
                "format": "text/html"
            },
            {
                "id": "070927-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/070927-2025",
                "datePublished": "2025-11-04T15:26:42Z",
                "format": "text/html"
            }
        ],
        "amendments": [
            {
                "id": "061527-2025",
                "description": "Extension of time issued as per request. Return date is now 31st October 2025 at 3pm"
            },
            {
                "id": "066561-2025",
                "description": "Extension of time issued as per request. Return date is now 7th November 2025 at 3pm"
            },
            {
                "id": "066620-2025",
                "description": "Extension of time issued as per request. Return date is now 7th November 2025 at 3pm"
            },
            {
                "id": "070130-2025",
                "description": "Extension of time issued as per request. Return date is now 7th November 2025 at 3pm"
            },
            {
                "id": "070927-2025",
                "description": "Extension of time issued as per request. Return date is now 11th November 2025 at 3pm"
            }
        ]
    },
    "language": "en"
}