Tender

Site Investigation Survey Framework

THAMES WATER UTILITIES LIMITED

This public procurement record has 1 release in its history.

Tender

06 Feb 2026 at 16:16

Summary of the contracting process

Thames Water Utilities Limited is conducting a procurement process for a Site Investigation Survey Framework, targeting the private utility sector across the United Kingdom, particularly in the regions of UKI and UKJ. The process is in the Tender stage, with expressions of interest due by 5th March 2026. The Framework aims to appoint qualified suppliers for site investigation surveys on infrastructure and non-infrastructure projects spanning both public and private lands, as well as highway environments. The procurement method is a selective, competitive flexible procedure, designed to ensure transparency and value focus. Interested parties can request pre-selection questionnaire (PSQ) documents, and the enquiry period ends on 20th February 2026.

This tender presents significant opportunities for businesses specialising in architectural, construction, engineering, and survey services, including GPS, subsurface, and geotechnical engineering services. The framework is divided into four lots: Above Ground Surveys, Below Ground Surveys, Ground Investigation, and Multidisciplinary Surveys, providing flexibility for businesses to bid on one or multiple lots. With an estimated value of £176 million and a procurement process that includes an Invitation to Negotiate stage, this tender is well-suited for SMEs looking to expand within the utilities sector by offering services that support infrastructure safety, design, and efficient planning. The framework also allows for iterative engagement, enabling businesses to refine their proposals and potentially secure more targeted work through call-off contracts during the framework term.

How relevant is this notice?

Notice Information

Notice Title

Site Investigation Survey Framework

Notice Description

Thames Water intends to establish a Framework Agreement to appoint suitably qualified suppliers to deliver site investigation surveys and associated deliverables across its operational area. The Framework will enable Thames Water (and, where applicable, permitted person and including main contractors) to call off individual surveys and/or programmes of surveys on an as-needed basis during the Framework term. This Framework is intended to cover both infrastructure and non-infrastructure projects, which may take place on Thames Water sites, private or public land, and/or within highways and road environments. Thames Water reserves the right to refine the award criteria. Please note that that deadline for asking for access to the PSQ & submitting of the 5 March 2026.

Lot Information

Above Ground Surveys

Lot 1 covers delivery of above ground surveys and associated outputs to support feasibility, optioneering, design development, consents and construction planning across Thames Water's operational area. Surveys will be undertaken on live operational sites and project locations and delivered in line with the Standard Requirements for methodology, data, reporting and deliverables Core survey types Core means survey types you would expect to require on most commissions to establish a safe, buildable baseline for design, consents and construction planning * Laser scanning * Topographical surveys * Drone surveys * Measured building surveys * Photogrammetry Optional survey types Optional means survey types required when triggered by site conditions, risk, stakeholder needs or a specific design decision, but they may be common for certain asset types * LiDAR surveys * Aerial photography * 360 photo surveys * Satellite surveys * Mobile mapping * Geodetic control * Infrared (thermal) imaging * Hydraulic surveys * Hydrographic surveys including bathymetric * Instrumentation and monitoring * Structural and building condition surveys * Land mapping * GPS RTK * Engineering

Options: The full scope of the services to be provided and any options that may be considered throughout the term of the agreement, is set out in the Specification issued within the Invitation to Negotiate (ITN) document.

Renewal: Thames Water envisages that the contract will be awarded for an initial term of 4 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years

Below Ground Surveys

Lot 2 covers below ground surveys focused on utility detection, mapping and condition assessment to support safe design and delivery and reduce strike and delay risk across Thames Water's operational area. Outputs will be provided in line with the Standard Requirements for methodology, data, reporting and deliverables Core survey types Core means survey types you would expect to require on most commissions to establish a safe, buildable baseline for design, consents and construction planning * PAS 128 utility surveys (or a direct European equivalent) * Detailed manhole surveys * CCTV drainage surveys * Electromagnetic locating or EM scanning * High Density Array GPR Optional survey types Optional means survey types required when triggered by site conditions, risk, stakeholder needs or a specific design decision, but they may be common for certain asset types * Cable identification * Pumping station drop tests * Bridge deck scanning * Connection surveys * Line and level surveys * Concrete scanning * Rebar scanning * Chamber Scanning

Options: The full scope of the services to be provided and any options that may be considered throughout the term of the agreement, is set out in the Specification issued within the Invitation to Negotiate (ITN) document.

Renewal: Thames Water envisages that the contract will be awarded for an initial term of 4 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years

Ground Investigation

Lot 3 covers ground investigation services to support geotechnical and geoenvironmental understanding for design, consents and construction planning across Thames Water's operational area. Outputs will be delivered in line with the Standard Requirements, with appropriate safety, quality and data controls Core survey types Core means survey types you would expect to require on most commissions to establish a safe, buildable baseline for design, consents and construction planning * Geotechnical and geoenvironmental ground investigation * Electromagnetic (EM) Optional survey types Optional means survey types required when triggered by site conditions, risk, stakeholder needs or a specific design decision, but they may be common for certain asset types * Microgravity surveys * Vibration or acoustic surveys * Metal detection * Unexploded ordonnance (UXO) surveys

Options: The full scope of the services to be provided and any options that may be considered throughout the term of the agreement, is set out in the Specification issued within the Invitation to Negotiate (ITN) document.

Renewal: Thames Water envisages that the contract will be awarded for an initial term of 4 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years

Multidisciplinary Surveys

Lot 4 covers integrated multidisciplinary survey programmes where Thames Water requires a single provider to plan, sequence and deliver surveys spanning multiple disciplines across Lots 1-3, producing consolidated outputs in line with the Standard Requirements for methodology, data, reporting and deliverables.

Options: The full scope of the services to be provided and any options that may be considered throughout the term of the agreement, is set out in the Specification issued within the Invitation to Negotiate (ITN) document.

Renewal: Thames Water envisages that the contract will be awarded for an initial term of 4 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-064a8c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/011131-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)

71 - Architectural, construction, engineering and inspection services

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


CPV Codes

38112100 - Global navigation and positioning systems (GPS or equivalent)

71000000 - Architectural, construction, engineering and inspection services

71332000 - Geotechnical engineering services

71351500 - Ground investigation services

71352000 - Subsurface surveying services

71355000 - Surveying services

79311000 - Survey services

Notice Value(s)

Tender Value
£176,000,000 £100M-£1B
Lots Value
£22,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Feb 20263 days ago
Submission Deadline
20 Feb 20262 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
29 Jun 2026 - 31 Mar 2030 3-4 years
Recurrence
Not specified

Notice Status

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

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
THAMES WATER UTILITIES LIMITED
Contact Name
Not specified
Contact Email
procurement.support.centre@thameswater.co.uk
Contact Phone
Not specified

Buyer Location

Locality
READING
Postcode
RG1 8DB
Post Town
Reading
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ16 Berkshire West
Delivery Location
TLI London, TLJ South East (England)

Local Authority
Reading
Electoral Ward
Thames
Westminster Constituency
Reading Central

Further Information

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-064a8c-2026-02-06T16:16:37Z",
    "date": "2026-02-06T16:16:37Z",
    "ocid": "ocds-h6vhtk-064a8c",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-02366661",
            "name": "THAMES WATER UTILITIES LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "02366661"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PNQQ-4647-DTCV"
                }
            ],
            "address": {
                "streetAddress": "Clearwater Court",
                "locality": "Reading",
                "postalCode": "RG1 8DB",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ11"
            },
            "contactPoint": {
                "email": "procurement.support.centre@thameswater.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "privateUtility",
                        "scheme": "UK_CA_TYPE",
                        "description": "Private utility"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-02366661",
        "name": "THAMES WATER UTILITIES LIMITED"
    },
    "tender": {
        "id": "FA2381",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Site Investigation Survey Framework",
        "description": "Thames Water intends to establish a Framework Agreement to appoint suitably qualified suppliers to deliver site investigation surveys and associated deliverables across its operational area. The Framework will enable Thames Water (and, where applicable, permitted person and including main contractors) to call off individual surveys and/or programmes of surveys on an as-needed basis during the Framework term. This Framework is intended to cover both infrastructure and non-infrastructure projects, which may take place on Thames Water sites, private or public land, and/or within highways and road environments. Thames Water reserves the right to refine the award criteria. Please note that that deadline for asking for access to the PSQ & submitting of the 5 March 2026.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38112100",
                        "description": "Global navigation and positioning systems (GPS or equivalent)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79311000",
                        "description": "Survey services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71352000",
                        "description": "Subsurface surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71355000",
                        "description": "Surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79311000",
                        "description": "Survey services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71332000",
                        "description": "Geotechnical engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71351500",
                        "description": "Ground investigation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71355000",
                        "description": "Surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79311000",
                        "description": "Survey services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38112100",
                        "description": "Global navigation and positioning systems (GPS or equivalent)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79311000",
                        "description": "Survey services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "4"
            }
        ],
        "value": {
            "amountGross": 211200000,
            "amount": 176000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Suppliers will be invited to submit for PSQ, following which then are evaluated to confirm eligibility and shortlist bidders progressing to the ITN stage. The ITN is then issued, followed by a clarification window so all bidders have consistent information before preparing submissions. Once ITN responses are received, Thames Water completes a full evaluation covering commercial, technical and legal aspects, and then down-selects to a smaller group for negotiation. Negotiation and final clarification follow, giving suppliers the opportunity to improve and optimise their proposals where appropriate \"this maybe more than 1 round\". The process concludes with internal approvals, contract finalisation and award. This approach is designed to be clear and proportionate for bidders, while allowing iterative engagement where it genuinely adds value and ensuring a transparent, value-focused selection process."
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "method": "withReopeningCompetition",
                "type": "closed",
                "description": "Thames Water will establish a non exclusive Framework Agreement for the provision of site investigation surveys and associated deliverables, split into four Lots * Lot 1 Above ground surveys * Lot 2 Below ground surveys * Lot 3 Ground Investigation * Lot 4 Multidisciplinary surveys, combining requirements across Lots 1-3 The Framework will operate as a mechanism to appoint capable suppliers by Lot and then commission specific requirements via call-off contracts during the Framework term using a defined pricing and selection process. Supplier appointment and governance Suppliers will submit bids by Lot and will be evaluated based on the combined scoring methodology . Suppliers may bid for one or multiple Lots. Lot structure will be retained for governance and call-off eligibility, while enabling Thames Water to procure integrated requirements where needed (particularly under Lot 4). Pricing approach under the Framework Services will be priced using either an activity-based schedule or a schedule of rates, depending on the value and complexity of the services required."
            }
        },
        "submissionMethodDetails": "If you would like access to the PSQ documents, please fill out this form, thank you. https://forms.office.com/e/JqXR8DrN0D",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-03-05T10:00:00Z",
        "enquiryPeriod": {
            "endDate": "2026-02-20T17:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-06-19T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "title": "Above Ground Surveys",
                "description": "Lot 1 covers delivery of above ground surveys and associated outputs to support feasibility, optioneering, design development, consents and construction planning across Thames Water's operational area. Surveys will be undertaken on live operational sites and project locations and delivered in line with the Standard Requirements for methodology, data, reporting and deliverables Core survey types Core means survey types you would expect to require on most commissions to establish a safe, buildable baseline for design, consents and construction planning * Laser scanning * Topographical surveys * Drone surveys * Measured building surveys * Photogrammetry Optional survey types Optional means survey types required when triggered by site conditions, risk, stakeholder needs or a specific design decision, but they may be common for certain asset types * LiDAR surveys * Aerial photography * 360 photo surveys * Satellite surveys * Mobile mapping * Geodetic control * Infrared (thermal) imaging * Hydraulic surveys * Hydrographic surveys including bathymetric * Instrumentation and monitoring * Structural and building condition surveys * Land mapping * GPS RTK * Engineering",
                "status": "active",
                "value": {
                    "amountGross": 7444800,
                    "amount": 6204000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Techniqual",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Commercial",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-06-30T00:00:00+01:00",
                    "endDate": "2030-03-31T23:59:59+01:00",
                    "maxExtentDate": "2034-03-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Thames Water envisages that the contract will be awarded for an initial term of 4 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years"
                },
                "hasOptions": true,
                "options": {
                    "description": "The full scope of the services to be provided and any options that may be considered throughout the term of the agreement, is set out in the Specification issued within the Invitation to Negotiate (ITN) document."
                }
            },
            {
                "id": "2",
                "title": "Below Ground Surveys",
                "description": "Lot 2 covers below ground surveys focused on utility detection, mapping and condition assessment to support safe design and delivery and reduce strike and delay risk across Thames Water's operational area. Outputs will be provided in line with the Standard Requirements for methodology, data, reporting and deliverables Core survey types Core means survey types you would expect to require on most commissions to establish a safe, buildable baseline for design, consents and construction planning * PAS 128 utility surveys (or a direct European equivalent) * Detailed manhole surveys * CCTV drainage surveys * Electromagnetic locating or EM scanning * High Density Array GPR Optional survey types Optional means survey types required when triggered by site conditions, risk, stakeholder needs or a specific design decision, but they may be common for certain asset types * Cable identification * Pumping station drop tests * Bridge deck scanning * Connection surveys * Line and level surveys * Concrete scanning * Rebar scanning * Chamber Scanning",
                "status": "active",
                "value": {
                    "amountGross": 5385600,
                    "amount": 4488000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Techniqual",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Commercial",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-06-30T00:00:00+01:00",
                    "endDate": "2030-03-31T23:59:59+01:00",
                    "maxExtentDate": "2034-03-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Thames Water envisages that the contract will be awarded for an initial term of 4 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years"
                },
                "hasOptions": true,
                "options": {
                    "description": "The full scope of the services to be provided and any options that may be considered throughout the term of the agreement, is set out in the Specification issued within the Invitation to Negotiate (ITN) document."
                }
            },
            {
                "id": "3",
                "title": "Ground Investigation",
                "description": "Lot 3 covers ground investigation services to support geotechnical and geoenvironmental understanding for design, consents and construction planning across Thames Water's operational area. Outputs will be delivered in line with the Standard Requirements, with appropriate safety, quality and data controls Core survey types Core means survey types you would expect to require on most commissions to establish a safe, buildable baseline for design, consents and construction planning * Geotechnical and geoenvironmental ground investigation * Electromagnetic (EM) Optional survey types Optional means survey types required when triggered by site conditions, risk, stakeholder needs or a specific design decision, but they may be common for certain asset types * Microgravity surveys * Vibration or acoustic surveys * Metal detection * Unexploded ordonnance (UXO) surveys",
                "status": "active",
                "value": {
                    "amountGross": 3009600,
                    "amount": 2508000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Techniqual",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Commercial",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-06-30T00:00:00+01:00",
                    "endDate": "2030-03-31T23:59:59+01:00",
                    "maxExtentDate": "2034-03-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Thames Water envisages that the contract will be awarded for an initial term of 4 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years"
                },
                "hasOptions": true,
                "options": {
                    "description": "The full scope of the services to be provided and any options that may be considered throughout the term of the agreement, is set out in the Specification issued within the Invitation to Negotiate (ITN) document."
                }
            },
            {
                "id": "4",
                "title": "Multidisciplinary Surveys",
                "description": "Lot 4 covers integrated multidisciplinary survey programmes where Thames Water requires a single provider to plan, sequence and deliver surveys spanning multiple disciplines across Lots 1-3, producing consolidated outputs in line with the Standard Requirements for methodology, data, reporting and deliverables.",
                "status": "active",
                "value": {
                    "amountGross": 10560000,
                    "amount": 8800000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Techniqual",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Commercial",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-06-30T00:00:00+01:00",
                    "endDate": "2030-03-31T23:59:59+01:00",
                    "maxExtentDate": "2034-03-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Thames Water envisages that the contract will be awarded for an initial term of 4 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years"
                },
                "hasOptions": true,
                "options": {
                    "description": "The full scope of the services to be provided and any options that may be considered throughout the term of the agreement, is set out in the Specification issued within the Invitation to Negotiate (ITN) document."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "011131-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/011131-2026",
                "datePublished": "2026-02-06T16:16:37Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}