Award

Consultancy Panels 2

TRANSPORT FOR WALES

This public procurement record has 2 releases in its history.

Award

07 May 2024 at 00:00

Tender

10 May 2023 at 00:00

Summary of the contracting process

The buying organisation for this procurement is Transport for Wales, located in Pontypridd, UK. The contract titled "Consultancy Panels 2" falls under the industry category of transport. The procurement process has reached the award stage, and the contract was signed on May 7, 2024. The contract involves creating consultancy panels across various specialisms, such as stakeholder management, monitoring and evaluation, and green infrastructure. The contract duration is initially two years with a possibility of extension.

This tender provides an opportunity for businesses, particularly consultancy firms in the transport sector, to compete for contracts with Transport for Wales. The procurement process, conducted openly, aims to establish consultancy panels in areas like stakeholder management and active travel. Businesses with expertise in these areas, ranging from large-scale organisations to SMEs, are well-suited to participate. The contract structure allows for direct award of commissions below GBP25,000 and mini competitions for higher value requirements, offering growth opportunities for successful suppliers.

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

Consultancy Panels 2

Notice Description

Transport for Wales (TfW) is carrying out a procurement advertised in the FTS, via Sell2 Wales, under the Open Procedure of the Public Contracts Regulations 2015 to procure 'Consultancy Panels 2' services. TfW is a not for profit company, wholly owned by the Welsh Government. TfW exists to drive forward the Welsh Government's vision of a high quality, safe, integrated, affordable and accessible transport network that the people of Wales are proud of. It will also help to change the way we understand, plan, use and invest in transport in Wales. TfW are looking to put in place Consultancy Panels 2 Framework, comprising of 7 Lots across a number of specialisms providing TfW access to specialist consultancy services as per the below areas. Lot 1 - Stakeholder Management Lot 2 - Monitoring and Evaluation Lot 3 - Transport Data Collection Lot 4 - Fleet Decarbonisation Technical Support Lot 5 - Green Infrastructure Lot 6 - Active Travel Lot 7 - Architectural Services Each lot will include the provision of direct award of commissions to suppliers on a rotational basis under the value of GBP25,000, with requirements above this threshold awarded via the mini competition process. Each Lot will have no more than 5 successful suppliers, with each supplier being limited to submit a bid for up to 3 Lots. Estimated value for the framework will be up to GBP250,000 per lot per annum depending on requirements (anticipated commissions will range between GBP10,000 - GBP60,000), and all commissions will be subject to remit. Please note that TfW is not committed to spend up to this value and that our spend is subject to annual funding cycles. The duration of the contract will be for an initial period of two (2) years with an option to extend, at TfW's discretion, for up to two (2) period(s) of 12 months each.

Lot Information

Monitoring and Evaluation

The Scope of the monitoring and evaluation work will typically include but not be limited to the following: Identifying suitable metrics for assessing performance against the objectives of an intervention; Preparing Monitoring & Evaluation Plans / Benefits Realisation Plans in line with the Magenta Book (or other relevant guidance depending on the intervention) for inclusion in transport business cases. These Plans will need to be proportionate to the scale of investment; Commissioning (or undertaking) data collection to support reporting in line with the Monitoring & Evaluation Plan; Data collation and analysis, including preparing data dashboards aligned with monitoring frameworks; Preparing WelTAG Stage 5 Monitoring & Evaluation Reports, or similar. Depending on the scale of the intervention, these reports may need to include a systematic assessment of the design, implementation and outcomes of an intervention, to understand its effects and what can be improved as well as identifying lessons learned.

Renewal: Option to extend for up to two (2) periods of 12 months each.

Fleet Decarbonisation Technical Support

Technical support and advice in the field of zero emission fleet decarbonisation, along with supporting infrastructure and energy considerations. This will include independent expert technical support and advice in relation to: Assessment of size and characteristics of fleet/vehicles - current and future; Vehicle operational locations aligned with consideration of current and future bus corridors; Bus fleet requirements and performance to meet the needs of service routes - including topography, route and network lengths, suitability of different fueled vehicles; New and emerging energy provision; Cost, energy and carbon profiles; End of life recycle/retirement or repurposing; Infrastructure and procurement support; Other technical support and advice that may be identified in relation to decarbonisation of the bus fleet and other associated vehicles; End-user research: identifying optimal locations for EV charging infrastructure (car parks, on-street, stations, etc.) considering a range of factors (cost, feasibility, demand, socio-economic / environmental goals). Technical support and advice, modelling and design of zero and low emission vehicle depots, outstations, opportunity charging points and other associated infrastructure including public charging points. Design, modelling and coordination of connections to the electrical distribution network, along with other power and fuel sources. Design, modelling and coordination of highway access and egress, including any zero emission vehicle priority measures.

Renewal: Option to extend for up to two periods of 12 months each.

Architectural Services

The scope of the architectural services work will typically include but not be limited to the following: Early interior and exterior concept design for estate and infrastructure changes; Placemaking input; Area master planning; Artistic impressions/images. The stage of involvement will typically correspond to RIBA stages 1 and 2.

Renewal: Option to extend for up to two periods of 12 months each.

Transport Data Collection

The scope of the transport data collection work will typically include but not be limited to the following: Specifying transport data collection programmes, including method statements / risk assessments; Planning and delivering: Interview surveys at rail/bus stations or on-street, such as origin-destination / user perception; Classified traffic speed and volume counts including turning counts, using tube/radar devices or cameras; Public transport passenger counts - boarding/alighting/on-board/footfall - using cameras and/or counting devices; Active travel (walking and cycling) volume counts. Ability to arrange access permits / traffic management for the above surveys as required; Analysing raw data to provide summary/dashboard style data to TfW.

Renewal: Option to extend for up to two periods of 12 months each.

Green Infrastructure

Specialist green infrastructure contractors to support upcoming and future work for numerous teams at TfW. Services required would need to cover a wide variety of GI including green roofs, biosolar roofs, living walls and rain gardens; Services would require both practical and auditing elements including planning, design, installation and maintenance along with the ability to work closely with multi contractors to ensure cost values and functionality are maintained; Experience of delivering GI projects in the transport sector would be an advantage due to the unique challenges (e.g. consents) this entails.

Renewal: Option to extend for up to two periods of 12 months each

Active Travel

The scope of the active travel work will typically include but not be limited to the following: Technical expertise on active travel including safety, sustainability and risk considerations; Scheme design/scheme design review. The ability to procure review of designs will likely be more appropriate to support TfW when capacity pressures exist, particularly in relation to the review of design drawings etc. If LAs are unable to access existing consultancy frameworks for design work then there could be a potential opportunity through this framework; Active travel strategic development and advice; Active Travel Network planning and development.

Renewal: Option to extend for up to two periods of 12 months each.

Stakeholder Management

The Scope of the Stakeholder Management Work will typically include but not be limited to the following: Development and delivery of strategic engagement programmes; Co-ordination and facilitation of project meetings and regional workshops; Political engagement and communications strategy development; Preparation of communications materials and briefings to stakeholders including TfW, Welsh Government, Network Rail, Bus Operators and other external key project level stakeholders. The main components that will feed into Lot 1 Stakeholder Management will be made of the following in cooperation with the relevant TfW communications lead, and will also feed into feasibility studies and strategic outline business cases: Preparation and management of stakeholder communication plans; Organising and facilitating stakeholder events and meetings. Including liaising with local authorities; Appraise stakeholders of economic analysis and update them on progress; To reach out to a wider cohort of stakeholders to convey the high level challenges faced; To develop a consensus to underpin and increase stakeholder engagement and buy in; and to ensure significant stakeholders are involved in the planning, financing and delivery of transport related projects; Arrange briefings for Members of the Senedd and Members of Parliament and using all-Party Parliamentary Groups (APPG). This will involve both liaising with APPGs, meeting the APPG Chairs and relevant Members of the Senedd and Members of Parliament and liaising with TfW on progress and logistical details; Carrying out underpinning activities to facilitate the success of the briefings; Producing briefings for UK national newspapers and setting up and attending exclusive in-depth interview with the Ministers, in cooperation with TfW communications team; Producing briefings, drafting press releases and securing attendance of trade media at briefings.

Renewal: Option to extend for up to two (2) periods of 12 months each.

Publication & Lifecycle

Open Contracting ID
ocds-kuma6s-131409
Publication Source
Sell2Wales
Latest Notice
https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=131409
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

63 - Supporting and auxiliary transport services; travel agencies services

71 - Architectural, construction, engineering and inspection services

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

77 - Agricultural, forestry, horticultural, aquacultural and apicultural services

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

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

63712710 - Traffic monitoring services

71200000 - Architectural and related services

71210000 - Advisory architectural services

71220000 - Architectural design services

71222000 - Architectural services for outdoor areas

71242000 - Project and design preparation, estimation of costs

71311200 - Transport systems consultancy services

71313000 - Environmental engineering consultancy services

71320000 - Engineering design services

71356300 - Technical support services

71356400 - Technical planning services

71410000 - Urban planning services

71621000 - Technical analysis or consultancy services

72224000 - Project management consultancy services

72314000 - Data collection and collation services

72316000 - Data analysis services

77310000 - Planting and maintenance services of green areas

79415200 - Design consultancy services

79416200 - Public relations consultancy services

79417000 - Safety consultancy services

79419000 - Evaluation consultancy services

79930000 - Specialty design services

90700000 - Environmental services

90711000 - Environmental impact assessment other than for construction

90711200 - Environmental standards other than for construction

90713000 - Environmental issues consultancy services

Notice Value(s)

Tender Value
£7,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£1,000,000 £1M-£10M

Notice Dates

Publication Date
7 May 20241 years ago
Submission Deadline
12 Jun 2023Expired
Future Notice Date
Not specified
Award Date
29 Mar 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
TRANSPORT FOR WALES
Contact Name
Huw Thomas
Contact Email
procurement@tfw.wales
Contact Phone
+44 2921673434

Buyer Location

Locality
PONTYPRIDD
Postcode
CF37 4TH
Post Town
Cardiff
Country
Wales

Major Region (ITL 1)
TLL Wales
Basic Region (ITL 2)
TLL5 South East Wales
Small Region (ITL 3)
TLL51 Central Valleys and Bridgend
Delivery Location
TLL Wales

Local Authority
Rhondda Cynon Taf
Electoral Ward
Pontypridd Town
Westminster Constituency
Pontypridd

Supplier Information

Number of Suppliers
22
Supplier Names

ALISTAIR BURROUGHS DESIGN PARTNERSHIP LTD T/A BURROUGHS

ARCADIS CONSULTING (UK

ATKINSREALIS

COGITAMUS

EUNOMIA RESEARCH & CONSULTING

EVENERGI

FURRER+FREY GB

GRASSHOPPER COMMUNICATIONS

GRIMSHAW ARCHITECTS

JACOBS ENGINEERING

MOTT MACDONALD

OVE ARUP & PARTNERS

PELL FRISCHMANN CONSULTANTS

PHIL JONES ASSOCIATES

RAMBOLL

STANTEC

STRATEGIC RESEARCH AND INSIGHT

SYSTRA

TRACSIS TRANSPORT CONSULTANCY

VIVACITY LABS

WESTON WILLIAMSON + PARTNERS

WSP

Further Information

Notice Documents

  • https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=MAY436850
    Consultancy Panels 2 - Transport for Wales (TfW) is carrying out a procurement advertised in the FTS, via Sell2 Wales, under the Open Procedure of the Public Contracts Regulations 2015 to procure 'Consultancy Panels 2' services. TfW is a not for profit company, wholly owned by the Welsh Government. TfW exists to drive forward the Welsh Government's vision of a high quality, safe, integrated, affordable and accessible transport network that the people of Wales are proud of. It will also help to change the way we understand, plan, use and invest in transport in Wales. TfW are looking to put in place Consultancy Panels 2 Framework, comprising of 7 Lots across a number of specialisms providing TfW access to specialist consultancy services as per the below areas. Lot 1 - Stakeholder Management Lot 2 - Monitoring and Evaluation Lot 3 - Transport Data Collection Lot 4 - Fleet Decarbonisation Technical Support Lot 5 - Green Infrastructure Lot 6 - Active Travel Lot 7 - Architectural Services Each lot will include the provision of direct award of commissions to suppliers on a rotational basis under the value of GBP25,000, with requirements above this threshold awarded via the mini competition process. Each Lot will have no more than 5 successful suppliers, with each supplier being limited to submit a bid for up to 3 Lots. Estimated value for the framework will be up to GBP250,000 per lot per annum depending on requirements (anticipated commissions will range between GBP10,000 - GBP60,000), and all commissions will be subject to remit. Please note that TfW is not committed to spend up to this value and that our spend is subject to annual funding cycles. The duration of the contract will be for an initial period of two (2) years with an option to extend, at TfW's discretion, for up to two (2) period(s) of 12 months each.
  • https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=MAY477073
    Consultancy Panels 2 - Transport for Wales (TfW) is carrying out a procurement advertised in the FTS, via Sell2 Wales, under the Open Procedure of the Public Contracts Regulations 2015 to procure 'Consultancy Panels 2' services. TfW is a not for profit company, wholly owned by the Welsh Government. TfW exists to drive forward the Welsh Government's vision of a high quality, safe, integrated, affordable and accessible transport network that the people of Wales are proud of. It will also help to change the way we understand, plan, use and invest in transport in Wales. TfW are looking to put in place Consultancy Panels 2 Framework, comprising of 7 Lots across a number of specialisms providing TfW access to specialist consultancy services as per the below areas. Lot 1 - Stakeholder Management Lot 2 - Monitoring and Evaluation Lot 3 - Transport Data Collection Lot 4 - Fleet Decarbonisation Technical Support Lot 5 - Green Infrastructure Lot 6 - Active Travel Lot 7 - Architectural Services Each lot will include the provision of direct award of commissions to suppliers on a rotational basis under the value of GBP25,000, with requirements above this threshold awarded via the mini competition process. Each Lot will have no more than 5 successful suppliers, with each supplier being limited to submit a bid for up to 3 Lots. Estimated value for the framework will be up to GBP250,000 per lot per annum depending on requirements (anticipated commissions will range between GBP10,000 - GBP60,000), and all commissions will be subject to remit. Please note that TfW is not committed to spend up to this value and that our spend is subject to annual funding cycles. The duration of the contract will be for an initial period of two (2) years with an option to extend, at TfW's discretion, for up to two (2) period(s) of 12 months each.

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-kuma6s-131409-2024-05-07T00:00:00Z",
    "date": "2024-05-07T00:00:00Z",
    "ocid": "ocds-kuma6s-131409",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-6",
            "name": "Transport for Wales",
            "identifier": {
                "legalName": "Transport for Wales"
            },
            "address": {
                "streetAddress": "3 Llys Cadwyn, Taff Street",
                "locality": "Pontypridd",
                "region": "UKL",
                "postalCode": "CF37 4TH"
            },
            "contactPoint": {
                "name": "Huw Thomas",
                "email": "Procurement@tfw.wales",
                "telephone": "+44 2921673434",
                "url": "https://etenderwales.bravosolution.co.uk/home.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Ministry or any other national or federal authority, including their regional or local subdivisions",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "description": "Transportation",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "description": "Rail",
                        "scheme": "COFOG"
                    },
                    {
                        "description": "Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://tfw.wales/"
            }
        },
        {
            "id": "org-2",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL"
            },
            "contactPoint": {
                "telephone": "+44 2079477501"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-183",
            "name": "Transport for Wales",
            "identifier": {
                "legalName": "Transport for Wales"
            },
            "address": {
                "streetAddress": "3 Llys Cadwyn, Taff Street",
                "locality": "Pontypridd",
                "region": "UKL",
                "postalCode": "CF37 4TH"
            },
            "contactPoint": {
                "email": "procurement@tfw.wales",
                "telephone": "+44 2921673434"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "description": "Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://tfw.wales"
            }
        },
        {
            "id": "org-184",
            "name": "Grasshopper Communications Ltd",
            "identifier": {
                "legalName": "Grasshopper Communications Ltd"
            },
            "address": {
                "streetAddress": "10 Llanthewy Road, Rhiwbina",
                "locality": "Newport",
                "region": "UK",
                "postalCode": "NP204JR"
            },
            "contactPoint": {
                "telephone": "+44 7793382021"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "org-185",
            "name": "Cogitamus Limited",
            "identifier": {
                "legalName": "Cogitamus Limited"
            },
            "address": {
                "streetAddress": "11 Woodfield Road",
                "locality": "Peterborough",
                "region": "UKH11",
                "postalCode": "PE36HD"
            },
            "contactPoint": {
                "telephone": "+44 1733767244",
                "faxNumber": "+44 1733313492"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "org-186",
            "name": "Mott MacDonald Limited",
            "identifier": {
                "legalName": "Mott MacDonald Limited"
            },
            "address": {
                "streetAddress": "Mott MacDonald, 2 Callaghan Square",
                "locality": "Cardiff",
                "region": "UKL",
                "postalCode": "CF105BT"
            },
            "contactPoint": {
                "telephone": "+44 2920130430"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "org-187",
            "name": "WSP UK Limited",
            "identifier": {
                "legalName": "WSP UK Limited"
            },
            "address": {
                "streetAddress": "1 Capital Quarter, Tyndall Street",
                "locality": "Cardiff",
                "region": "UK",
                "postalCode": "CF104BZ"
            },
            "contactPoint": {
                "telephone": "+44 2920769362"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "org-188",
            "name": "Phil Jones Associates Ltd",
            "identifier": {
                "legalName": "Phil Jones Associates Ltd"
            },
            "address": {
                "streetAddress": "Park Point, 17 High Street",
                "locality": "Birmingham",
                "region": "UKG31",
                "postalCode": "B312UQ"
            },
            "contactPoint": {
                "telephone": "+44 121475023"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "org-189",
            "name": "SYSTRA Ltd",
            "identifier": {
                "legalName": "SYSTRA Ltd"
            },
            "address": {
                "streetAddress": "Century House, 5 Old Bailey",
                "locality": "London",
                "region": "UKI31",
                "postalCode": "EC4M7BA"
            },
            "contactPoint": {
                "telephone": "+44 2038828908"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "org-190",
            "name": "Jacobs Engineering UK Ltd",
            "identifier": {
                "legalName": "Jacobs Engineering UK Ltd"
            },
            "address": {
                "streetAddress": "Cottons Centre, Cottons Lane",
                "locality": "London",
                "region": "UK",
                "postalCode": "SE12QG"
            },
            "contactPoint": {
                "telephone": "+44 1392269854"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "org-191",
            "name": "AtkinsRealis UK Ltd",
            "identifier": {
                "legalName": "AtkinsRealis UK Ltd"
            },
            "address": {
                "streetAddress": "2 Capital Quarter, Tyndall Street",
                "locality": "Cardiff",
                "region": "UKL22",
                "postalCode": "CF104BZ"
            },
            "contactPoint": {
                "telephone": "+44 2920358078"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "org-192",
            "name": "Stantec UK Limited",
            "identifier": {
                "legalName": "Stantec UK Limited"
            },
            "address": {
                "streetAddress": "10 Queen Square",
                "locality": "Bristol",
                "region": "UKK11",
                "postalCode": "BS14NT"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "org-193",
            "name": "Strategic Research and Insight Ltd",
            "identifier": {
                "legalName": "Strategic Research and Insight Ltd"
            },
            "address": {
                "streetAddress": "4 Park Court Mews, Park Place",
                "locality": "Cardiff",
                "region": "UK",
                "postalCode": "CF103DQ"
            },
            "contactPoint": {
                "telephone": "+44 2920303100"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "org-194",
            "name": "VivaCity Labs Ltd",
            "identifier": {
                "legalName": "VivaCity Labs Ltd"
            },
            "address": {
                "streetAddress": "Unit 5-6, 3 Haberdasher Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "N16ED"
            },
            "contactPoint": {
                "telephone": "+44 7379439025"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "org-195",
            "name": "Tracsis Transport Consultancy Ltd",
            "identifier": {
                "legalName": "Tracsis Transport Consultancy Ltd"
            },
            "address": {
                "streetAddress": "22 Brunel Parkway, Pride Park",
                "locality": "Derby",
                "region": "UK",
                "postalCode": "DE248HR"
            },
            "contactPoint": {
                "telephone": "+44 7513717531"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "org-196",
            "name": "Evenergi UK Ltd",
            "identifier": {
                "legalName": "Evenergi UK Ltd"
            },
            "address": {
                "streetAddress": "35 Ballards Lane",
                "locality": "London",
                "region": "UK",
                "postalCode": "N31XW"
            },
            "contactPoint": {
                "telephone": "+44 593508426"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "org-197",
            "name": "Eunomia Research & Consulting Ltd",
            "identifier": {
                "legalName": "Eunomia Research & Consulting Ltd"
            },
            "address": {
                "streetAddress": "37 Queen Square,",
                "locality": "Bristol",
                "region": "UK",
                "postalCode": "BS14QS"
            },
            "contactPoint": {
                "telephone": "+44 1179172250"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "org-198",
            "name": "Furrer+Frey GB",
            "identifier": {
                "legalName": "Furrer+Frey GB"
            },
            "address": {
                "streetAddress": "11 Cursitor Street, London",
                "locality": "London",
                "region": "UKI31",
                "postalCode": "EC4A1LL"
            },
            "contactPoint": {
                "telephone": "+44 7862297264"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "org-199",
            "name": "Alistair Burroughs Design Partnership Ltd t/a Burroughs",
            "identifier": {
                "legalName": "Alistair Burroughs Design Partnership Ltd t/a Burroughs"
            },
            "address": {
                "streetAddress": "4 Radnor Court, 256 Cowbridge Road East",
                "locality": "Cardiff",
                "region": "UKL22",
                "postalCode": "CF51GZ"
            },
            "contactPoint": {
                "telephone": "+44 2920647484"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "org-200",
            "name": "ARCADIS CONSULTING (UK) LTD",
            "identifier": {
                "legalName": "ARCADIS CONSULTING (UK) LTD"
            },
            "address": {
                "streetAddress": "ARCADIS CONSULTING (UK) LTD, 80 Fenchurch Street",
                "locality": "LONDON",
                "region": "UK",
                "postalCode": "EC3M4BY"
            },
            "contactPoint": {
                "telephone": "+44 2920926792"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "org-201",
            "name": "Ramboll UK Limited",
            "identifier": {
                "legalName": "Ramboll UK Limited"
            },
            "address": {
                "streetAddress": "240 Blackfriars Road",
                "locality": "London",
                "region": "UK",
                "postalCode": "SE18NW"
            },
            "contactPoint": {
                "telephone": "+44 2380817500"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "org-202",
            "name": "Ove Arup & Partners Limited",
            "identifier": {
                "legalName": "Ove Arup & Partners Limited"
            },
            "address": {
                "streetAddress": "4 Pierhead Street",
                "locality": "Cardiff",
                "region": "UKM82",
                "postalCode": "CF104QP"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "org-203",
            "name": "Weston Williamson + Partners",
            "identifier": {
                "legalName": "Weston Williamson + Partners"
            },
            "address": {
                "streetAddress": "12 Valentine Place, london",
                "locality": "London",
                "region": "UK",
                "postalCode": "SE18QH"
            },
            "contactPoint": {
                "telephone": "+44 2074018877"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "org-204",
            "name": "Pell Frischmann Consultants Ltd",
            "identifier": {
                "legalName": "Pell Frischmann Consultants Ltd"
            },
            "address": {
                "streetAddress": "Charter House, 100 Broad Street",
                "locality": "Birmingham",
                "region": "UK",
                "postalCode": "B151AE"
            },
            "contactPoint": {
                "telephone": "+44 1214561616"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "org-205",
            "name": "Grimshaw Architects LLP",
            "identifier": {
                "legalName": "Grimshaw Architects LLP"
            },
            "address": {
                "streetAddress": "57 Clerkenwell Road",
                "locality": "London",
                "region": "UK",
                "postalCode": "EC1M5NG"
            },
            "contactPoint": {
                "telephone": "+44 2072914141"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "org-4",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL"
            },
            "contactPoint": {
                "telephone": "+44 2079477501"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Transport for Wales",
        "id": "org-183"
    },
    "tender": {
        "id": "ocds-kuma6s-131409-tender-141263-C000707.00",
        "title": "Consultancy Panels 2",
        "description": "Transport for Wales (TfW) is carrying out a procurement advertised in the FTS, via Sell2 Wales, under the Open Procedure of the Public Contracts Regulations 2015 to procure 'Consultancy Panels 2' services. TfW is a not for profit company, wholly owned by the Welsh Government. TfW exists to drive forward the Welsh Government's vision of a high quality, safe, integrated, affordable and accessible transport network that the people of Wales are proud of. It will also help to change the way we understand, plan, use and invest in transport in Wales. TfW are looking to put in place Consultancy Panels 2 Framework, comprising of 7 Lots across a number of specialisms providing TfW access to specialist consultancy services as per the below areas. Lot 1 - Stakeholder Management Lot 2 - Monitoring and Evaluation Lot 3 - Transport Data Collection Lot 4 - Fleet Decarbonisation Technical Support Lot 5 - Green Infrastructure Lot 6 - Active Travel Lot 7 - Architectural Services Each lot will include the provision of direct award of commissions to suppliers on a rotational basis under the value of GBP25,000, with requirements above this threshold awarded via the mini competition process. Each Lot will have no more than 5 successful suppliers, with each supplier being limited to submit a bid for up to 3 Lots. Estimated value for the framework will be up to GBP250,000 per lot per annum depending on requirements (anticipated commissions will range between GBP10,000 - GBP60,000), and all commissions will be subject to remit. Please note that TfW is not committed to spend up to this value and that our spend is subject to annual funding cycles. The duration of the contract will be for an initial period of two (2) years with an option to extend, at TfW's discretion, for up to two (2) period(s) of 12 months each.",
        "status": "complete",
        "items": [
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "79419000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL"
                    },
                    {
                        "region": "UKL"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "id": "90700000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90711000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90711200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90713000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71356300",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71621000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL"
                    },
                    {
                        "region": "UKL"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "7",
                "additionalClassifications": [
                    {
                        "id": "71200000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71210000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71220000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71222000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL"
                    },
                    {
                        "region": "UKL"
                    }
                ],
                "relatedLot": "7"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "id": "72314000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72316000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71311200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "63712710",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL"
                    },
                    {
                        "region": "UKL"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "id": "77310000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71242000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71320000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "79930000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "79415200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71313000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL"
                    },
                    {
                        "region": "UKL"
                    }
                ],
                "relatedLot": "5"
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "id": "79417000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71410000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71356400",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71311200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL"
                    },
                    {
                        "region": "UKL"
                    }
                ],
                "relatedLot": "6"
            },
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "72224000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "79416200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL"
                    },
                    {
                        "region": "UKL"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 7000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://etenderwales.bravosolution.co.uk",
        "tenderPeriod": {
            "endDate": "2023-06-12T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2023-06-12T14:00:00Z"
        },
        "documents": [
            {
                "id": "MAY436850",
                "documentType": "contractNotice",
                "title": "Consultancy Panels 2",
                "description": "Transport for Wales (TfW) is carrying out a procurement advertised in the FTS, via Sell2 Wales, under the Open Procedure of the Public Contracts Regulations 2015 to procure 'Consultancy Panels 2' services. TfW is a not for profit company, wholly owned by the Welsh Government. TfW exists to drive forward the Welsh Government's vision of a high quality, safe, integrated, affordable and accessible transport network that the people of Wales are proud of. It will also help to change the way we understand, plan, use and invest in transport in Wales. TfW are looking to put in place Consultancy Panels 2 Framework, comprising of 7 Lots across a number of specialisms providing TfW access to specialist consultancy services as per the below areas. Lot 1 - Stakeholder Management Lot 2 - Monitoring and Evaluation Lot 3 - Transport Data Collection Lot 4 - Fleet Decarbonisation Technical Support Lot 5 - Green Infrastructure Lot 6 - Active Travel Lot 7 - Architectural Services Each lot will include the provision of direct award of commissions to suppliers on a rotational basis under the value of GBP25,000, with requirements above this threshold awarded via the mini competition process. Each Lot will have no more than 5 successful suppliers, with each supplier being limited to submit a bid for up to 3 Lots. Estimated value for the framework will be up to GBP250,000 per lot per annum depending on requirements (anticipated commissions will range between GBP10,000 - GBP60,000), and all commissions will be subject to remit. Please note that TfW is not committed to spend up to this value and that our spend is subject to annual funding cycles. The duration of the contract will be for an initial period of two (2) years with an option to extend, at TfW's discretion, for up to two (2) period(s) of 12 months each.",
                "url": "https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=MAY436850",
                "format": "text/html"
            },
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            },
            {
                "id": "MAY477073",
                "documentType": "awardNotice",
                "title": "Consultancy Panels 2",
                "description": "Transport for Wales (TfW) is carrying out a procurement advertised in the FTS, via Sell2 Wales, under the Open Procedure of the Public Contracts Regulations 2015 to procure 'Consultancy Panels 2' services. TfW is a not for profit company, wholly owned by the Welsh Government. TfW exists to drive forward the Welsh Government's vision of a high quality, safe, integrated, affordable and accessible transport network that the people of Wales are proud of. It will also help to change the way we understand, plan, use and invest in transport in Wales. TfW are looking to put in place Consultancy Panels 2 Framework, comprising of 7 Lots across a number of specialisms providing TfW access to specialist consultancy services as per the below areas. Lot 1 - Stakeholder Management Lot 2 - Monitoring and Evaluation Lot 3 - Transport Data Collection Lot 4 - Fleet Decarbonisation Technical Support Lot 5 - Green Infrastructure Lot 6 - Active Travel Lot 7 - Architectural Services Each lot will include the provision of direct award of commissions to suppliers on a rotational basis under the value of GBP25,000, with requirements above this threshold awarded via the mini competition process. Each Lot will have no more than 5 successful suppliers, with each supplier being limited to submit a bid for up to 3 Lots. Estimated value for the framework will be up to GBP250,000 per lot per annum depending on requirements (anticipated commissions will range between GBP10,000 - GBP60,000), and all commissions will be subject to remit. Please note that TfW is not committed to spend up to this value and that our spend is subject to annual funding cycles. The duration of the contract will be for an initial period of two (2) years with an option to extend, at TfW's discretion, for up to two (2) period(s) of 12 months each.",
                "url": "https://www.sell2wales.gov.wales/search/show/search_view.aspx?ID=MAY477073",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "2",
                "title": "Monitoring and Evaluation",
                "description": "The Scope of the monitoring and evaluation work will typically include but not be limited to the following: Identifying suitable metrics for assessing performance against the objectives of an intervention; Preparing Monitoring & Evaluation Plans / Benefits Realisation Plans in line with the Magenta Book (or other relevant guidance depending on the intervention) for inclusion in transport business cases. These Plans will need to be proportionate to the scale of investment; Commissioning (or undertaking) data collection to support reporting in line with the Monitoring & Evaluation Plan; Data collation and analysis, including preparing data dashboards aligned with monitoring frameworks; Preparing WelTAG Stage 5 Monitoring & Evaluation Reports, or similar. Depending on the scale of the intervention, these reports may need to include a systematic assessment of the design, implementation and outcomes of an intervention, to understand its effects and what can be improved as well as identifying lessons learned.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend for up to two (2) periods of 12 months each."
                }
            },
            {
                "id": "4",
                "title": "Fleet Decarbonisation Technical Support",
                "description": "Technical support and advice in the field of zero emission fleet decarbonisation, along with supporting infrastructure and energy considerations. This will include independent expert technical support and advice in relation to: Assessment of size and characteristics of fleet/vehicles - current and future; Vehicle operational locations aligned with consideration of current and future bus corridors; Bus fleet requirements and performance to meet the needs of service routes - including topography, route and network lengths, suitability of different fueled vehicles; New and emerging energy provision; Cost, energy and carbon profiles; End of life recycle/retirement or repurposing; Infrastructure and procurement support; Other technical support and advice that may be identified in relation to decarbonisation of the bus fleet and other associated vehicles; End-user research: identifying optimal locations for EV charging infrastructure (car parks, on-street, stations, etc.) considering a range of factors (cost, feasibility, demand, socio-economic / environmental goals). Technical support and advice, modelling and design of zero and low emission vehicle depots, outstations, opportunity charging points and other associated infrastructure including public charging points. Design, modelling and coordination of connections to the electrical distribution network, along with other power and fuel sources. Design, modelling and coordination of highway access and egress, including any zero emission vehicle priority measures.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend for up to two periods of 12 months each."
                }
            },
            {
                "id": "7",
                "title": "Architectural Services",
                "description": "The scope of the architectural services work will typically include but not be limited to the following: Early interior and exterior concept design for estate and infrastructure changes; Placemaking input; Area master planning; Artistic impressions/images. The stage of involvement will typically correspond to RIBA stages 1 and 2.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend for up to two periods of 12 months each."
                }
            },
            {
                "id": "3",
                "title": "Transport Data Collection",
                "description": "The scope of the transport data collection work will typically include but not be limited to the following: Specifying transport data collection programmes, including method statements / risk assessments; Planning and delivering: Interview surveys at rail/bus stations or on-street, such as origin-destination / user perception; Classified traffic speed and volume counts including turning counts, using tube/radar devices or cameras; Public transport passenger counts - boarding/alighting/on-board/footfall - using cameras and/or counting devices; Active travel (walking and cycling) volume counts. Ability to arrange access permits / traffic management for the above surveys as required; Analysing raw data to provide summary/dashboard style data to TfW.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend for up to two periods of 12 months each."
                }
            },
            {
                "id": "5",
                "title": "Green Infrastructure",
                "description": "Specialist green infrastructure contractors to support upcoming and future work for numerous teams at TfW. Services required would need to cover a wide variety of GI including green roofs, biosolar roofs, living walls and rain gardens; Services would require both practical and auditing elements including planning, design, installation and maintenance along with the ability to work closely with multi contractors to ensure cost values and functionality are maintained; Experience of delivering GI projects in the transport sector would be an advantage due to the unique challenges (e.g. consents) this entails.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend for up to two periods of 12 months each"
                }
            },
            {
                "id": "6",
                "title": "Active Travel",
                "description": "The scope of the active travel work will typically include but not be limited to the following: Technical expertise on active travel including safety, sustainability and risk considerations; Scheme design/scheme design review. The ability to procure review of designs will likely be more appropriate to support TfW when capacity pressures exist, particularly in relation to the review of design drawings etc. If LAs are unable to access existing consultancy frameworks for design work then there could be a potential opportunity through this framework; Active travel strategic development and advice; Active Travel Network planning and development.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend for up to two periods of 12 months each."
                }
            },
            {
                "id": "1",
                "title": "Stakeholder Management",
                "description": "The Scope of the Stakeholder Management Work will typically include but not be limited to the following: Development and delivery of strategic engagement programmes; Co-ordination and facilitation of project meetings and regional workshops; Political engagement and communications strategy development; Preparation of communications materials and briefings to stakeholders including TfW, Welsh Government, Network Rail, Bus Operators and other external key project level stakeholders. The main components that will feed into Lot 1 Stakeholder Management will be made of the following in cooperation with the relevant TfW communications lead, and will also feed into feasibility studies and strategic outline business cases: Preparation and management of stakeholder communication plans; Organising and facilitating stakeholder events and meetings. Including liaising with local authorities; Appraise stakeholders of economic analysis and update them on progress; To reach out to a wider cohort of stakeholders to convey the high level challenges faced; To develop a consensus to underpin and increase stakeholder engagement and buy in; and to ensure significant stakeholders are involved in the planning, financing and delivery of transport related projects; Arrange briefings for Members of the Senedd and Members of Parliament and using all-Party Parliamentary Groups (APPG). This will involve both liaising with APPGs, meeting the APPG Chairs and relevant Members of the Senedd and Members of Parliament and liaising with TfW on progress and logistical details; Carrying out underpinning activities to facilitate the success of the briefings; Producing briefings for UK national newspapers and setting up and attending exclusive in-depth interview with the Ministers, in cooperation with TfW communications team; Producing briefings, drafting press releases and securing attendance of trade media at briefings.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend for up to two (2) periods of 12 months each."
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 3,
            "maximumLotsAwardedPerSupplier": 3
        },
        "bidOpening": {
            "date": "2023-06-12T14:00:00Z"
        },
        "communication": {
            "atypicalToolUrl": "https://etenderwales.bravosolution.co.uk"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Please refer to the tender documentation."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en",
                "cy"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 35,
                "periodRationale": "(Up to 5 Suppliers per lot)"
            }
        },
        "classification": {
            "id": "71311200",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2023/S 000-013226"
        }
    ],
    "description": "Tender documents will be available via eTenderWales at: https://etenderwales.bravosolution.co.uk/ Please refer to project_53403 and ITT_102648 - Consultancy Panels 2 to obtain the tender documentation. Any tenderer queries and responses and any circulars that may be issued during the tender period are to be communicated exclusively via the eTenderWales portal only. All responses will be shared with all tenderers unless the query is deemed confidential or commercially sensitive. (WA Ref:141263)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.sell2wales.gov.wales/v1?lang=cy/Notice?id=ocds-kuma6s-131409"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "ocds-kuma6s-131409-award-141263-67",
            "title": "Stakeholder Management",
            "suppliers": [
                {
                    "id": "org-184",
                    "name": "Grasshopper Communications Ltd"
                },
                {
                    "id": "org-185",
                    "name": "Cogitamus Limited"
                },
                {
                    "id": "org-186",
                    "name": "Mott MacDonald Limited"
                },
                {
                    "id": "org-187",
                    "name": "WSP UK Limited"
                },
                {
                    "id": "org-188",
                    "name": "Phil Jones Associates Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        },
        {
            "id": "ocds-kuma6s-131409-award-141263-68",
            "title": "Monitoring and Evaluation",
            "suppliers": [
                {
                    "id": "org-187",
                    "name": "WSP UK Limited"
                },
                {
                    "id": "org-189",
                    "name": "SYSTRA Ltd"
                },
                {
                    "id": "org-190",
                    "name": "Jacobs Engineering UK Ltd"
                },
                {
                    "id": "org-191",
                    "name": "AtkinsRealis UK Ltd"
                },
                {
                    "id": "org-192",
                    "name": "Stantec UK Limited"
                }
            ],
            "relatedLots": [
                "2"
            ]
        },
        {
            "id": "ocds-kuma6s-131409-award-141263-69",
            "title": "Transport Data Collection",
            "suppliers": [
                {
                    "id": "org-193",
                    "name": "Strategic Research and Insight Ltd"
                },
                {
                    "id": "org-194",
                    "name": "VivaCity Labs Ltd"
                },
                {
                    "id": "org-195",
                    "name": "Tracsis Transport Consultancy Ltd"
                }
            ],
            "relatedLots": [
                "3"
            ]
        },
        {
            "id": "ocds-kuma6s-131409-award-141263-70",
            "title": "Fleet Decarbonisation Technical Support",
            "suppliers": [
                {
                    "id": "org-187",
                    "name": "WSP UK Limited"
                },
                {
                    "id": "org-196",
                    "name": "Evenergi UK Ltd"
                },
                {
                    "id": "org-197",
                    "name": "Eunomia Research & Consulting Ltd"
                },
                {
                    "id": "org-190",
                    "name": "Jacobs Engineering UK Ltd"
                },
                {
                    "id": "org-191",
                    "name": "AtkinsRealis UK Ltd"
                }
            ],
            "relatedLots": [
                "4"
            ]
        },
        {
            "id": "ocds-kuma6s-131409-award-141263-71",
            "title": "Green Infrastructure",
            "suppliers": [
                {
                    "id": "org-198",
                    "name": "Furrer+Frey GB"
                },
                {
                    "id": "org-199",
                    "name": "Alistair Burroughs Design Partnership Ltd t/a Burroughs"
                }
            ],
            "relatedLots": [
                "5"
            ]
        },
        {
            "id": "ocds-kuma6s-131409-award-141263-72",
            "title": "Active Travel",
            "suppliers": [
                {
                    "id": "org-188",
                    "name": "Phil Jones Associates Ltd"
                },
                {
                    "id": "org-200",
                    "name": "ARCADIS CONSULTING (UK) LTD"
                },
                {
                    "id": "org-191",
                    "name": "AtkinsRealis UK Ltd"
                },
                {
                    "id": "org-201",
                    "name": "Ramboll UK Limited"
                },
                {
                    "id": "org-202",
                    "name": "Ove Arup & Partners Limited"
                }
            ],
            "relatedLots": [
                "6"
            ]
        },
        {
            "id": "ocds-kuma6s-131409-award-141263-73",
            "title": "Architectural Services",
            "suppliers": [
                {
                    "id": "org-186",
                    "name": "Mott MacDonald Limited"
                },
                {
                    "id": "org-203",
                    "name": "Weston Williamson + Partners"
                },
                {
                    "id": "org-200",
                    "name": "ARCADIS CONSULTING (UK) LTD"
                },
                {
                    "id": "org-204",
                    "name": "Pell Frischmann Consultants Ltd"
                },
                {
                    "id": "org-205",
                    "name": "Grimshaw Architects LLP"
                }
            ],
            "relatedLots": [
                "7"
            ]
        }
    ],
    "contracts": [
        {
            "id": "ocds-kuma6s-131409-award-141263-67",
            "awardID": "ocds-kuma6s-131409-award-141263-67",
            "title": "Stakeholder Management",
            "status": "active",
            "value": {
                "amount": 1000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-03-29T00:00:00Z"
        },
        {
            "id": "ocds-kuma6s-131409-award-141263-68",
            "awardID": "ocds-kuma6s-131409-award-141263-68",
            "title": "Monitoring and Evaluation",
            "status": "active",
            "value": {
                "amount": 1000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-03-29T00:00:00Z"
        },
        {
            "id": "ocds-kuma6s-131409-award-141263-69",
            "awardID": "ocds-kuma6s-131409-award-141263-69",
            "title": "Transport Data Collection",
            "status": "active",
            "value": {
                "amount": 1000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-03-29T00:00:00Z"
        },
        {
            "id": "ocds-kuma6s-131409-award-141263-70",
            "awardID": "ocds-kuma6s-131409-award-141263-70",
            "title": "Fleet Decarbonisation Technical Support",
            "status": "active",
            "value": {
                "amount": 1000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-03-29T00:00:00Z"
        },
        {
            "id": "ocds-kuma6s-131409-award-141263-71",
            "awardID": "ocds-kuma6s-131409-award-141263-71",
            "title": "Green Infrastructure",
            "status": "active",
            "value": {
                "amount": 1000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-03-29T00:00:00Z"
        },
        {
            "id": "ocds-kuma6s-131409-award-141263-72",
            "awardID": "ocds-kuma6s-131409-award-141263-72",
            "title": "Active Travel",
            "status": "active",
            "value": {
                "amount": 1000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-03-29T00:00:00Z"
        },
        {
            "id": "ocds-kuma6s-131409-award-141263-73",
            "awardID": "ocds-kuma6s-131409-award-141263-73",
            "title": "Architectural Services",
            "status": "active",
            "value": {
                "amount": 1000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-03-29T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-342",
                "measure": "bids",
                "value": 13,
                "relatedLot": "1"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-343",
                "measure": "smeBids",
                "value": 10,
                "relatedLot": "1"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-344",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-345",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-346",
                "measure": "electronicBids",
                "value": 13,
                "relatedLot": "1"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-347",
                "measure": "bids",
                "value": 14,
                "relatedLot": "2"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-348",
                "measure": "smeBids",
                "value": 4,
                "relatedLot": "2"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-349",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "2"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-350",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "2"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-351",
                "measure": "electronicBids",
                "value": 14,
                "relatedLot": "2"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-352",
                "measure": "bids",
                "value": 5,
                "relatedLot": "3"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-353",
                "measure": "smeBids",
                "value": 4,
                "relatedLot": "3"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-354",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "3"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-355",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "3"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-356",
                "measure": "electronicBids",
                "value": 5,
                "relatedLot": "3"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-357",
                "measure": "bids",
                "value": 19,
                "relatedLot": "4"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-358",
                "measure": "smeBids",
                "value": 6,
                "relatedLot": "4"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-359",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "4"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-360",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "4"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-361",
                "measure": "electronicBids",
                "value": 19,
                "relatedLot": "4"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-362",
                "measure": "bids",
                "value": 3,
                "relatedLot": "5"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-363",
                "measure": "smeBids",
                "value": 2,
                "relatedLot": "5"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-364",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "5"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-365",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "5"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-366",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "5"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-367",
                "measure": "bids",
                "value": 19,
                "relatedLot": "6"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-368",
                "measure": "smeBids",
                "value": 7,
                "relatedLot": "6"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-369",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "6"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-370",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "6"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-371",
                "measure": "electronicBids",
                "value": 19,
                "relatedLot": "6"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-372",
                "measure": "bids",
                "value": 17,
                "relatedLot": "7"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-373",
                "measure": "smeBids",
                "value": 11,
                "relatedLot": "7"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-374",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "7"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-375",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "7"
            },
            {
                "id": "ocds-kuma6s-131409-bidsstatistic-141263-376",
                "measure": "electronicBids",
                "value": 17,
                "relatedLot": "7"
            }
        ]
    }
}