{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-051a74-2026-03-24T11:38:20Z",
    "date": "2026-03-24T11:38:20Z",
    "ocid": "ocds-h6vhtk-051a74",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "023807-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/023807-2025",
                "datePublished": "2025-05-21T12:25:16+01:00",
                "format": "text/html"
            },
            {
                "id": "003406-2026",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/003406-2026",
                "datePublished": "2026-01-15T11:19:36Z",
                "format": "text/html"
            },
            {
                "id": "006106-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/006106-2026",
                "datePublished": "2026-01-23T11:22:27Z",
                "format": "text/html"
            },
            {
                "id": "006311-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/006311-2026",
                "datePublished": "2026-01-23T15:40:33Z",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "If you are interested in attending this market engagement event, please register your interest via Jaggaer by 15:00 on 30th January 2026. Please register for Jaggaer using the URL link below: https://education.app.jaggaer.com/web/login.html Once registered, the supplier event area can be accessed by clicking \"View Opportunities\" on the main page. Confidentiality Notice and Acknowledgement Protocol By registering for this market engagement event, you acknowledge that the information shared through this market engagement is provided in confidence and must not be disclosed outside your organisation. Please ensure all attendees from your organisation are aware of and comply with this requirement. Following registration, you will receive a message via the Jaggaer portal asking you to confirm this acknowledgement. You must respond in confirmation to this message before an event invite will be issued. Participants who have registered an expression of interest will receive a link to join the session via Microsoft Teams. If you do not receive the invite at least 24hrs before the event, please also email SWS.COMMERCIAL@education.gov.uk to ensure you receive joining instructions in time. The event will help attendees to: * Gain a better understanding of deliverables and assurance requirements * Gain a better understanding of Cabinet Office requirements around Modern Slavery and the planned Social Value criteria * Gain a better understanding of fee mechanisms and expectations around delivery timelines * Feed back around the feasibility of the requirements * Discuss constraints and pressures that may impact supply chain capacity or capability to deliver the PFR requirements We would like to invite organisations who have experience in delivering PFR within schools including grey, green and blue solutions to mitigate all types of flood risk, as well as those with experience in: * Design and Optioneering of flood resilience solutions * Construction and Installation of Property Flood Resilience Measures * Project Management of construction projects We are aiming to develop the PFR market and are actively encouraging engagement from SME organisations either directly or through subcontracting arrangements as part of the procurement process. The final scope of the DfE's requirements have not yet been confirmed. If any procurement activity does arise, the requirements will be refined pending the results of market research. If you have any questions about suitability for the event, please contact SWS.COMMERCIAL@education.gov.uk This PIN is for information only and is not a call for competition. This PIN is intended to inform the market of a potential procurement exercise to appoint suppliers to work with the Department on providing the outlined service. The Department reserves the right not to enter a formal procurement process and not proceed with contract award. Accordingly, the Department will not be liable for any bid cost, expenditure, work, or effort incurred by any organisation in acting on the basis of this Prior Information Notice. All information included in this notice is indicative and subject to change and is neither exhaustive nor binding. The authority reserves the right at its absolute discretion to amend it at the time of issue of any further notices or at any other time.",
                "dueDate": "2026-01-30T23:59:59+00:00",
                "status": "scheduled"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PDZG-3487-DPVD",
            "name": "Department for Education",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PDZG-3487-DPVD"
            },
            "address": {
                "streetAddress": "Sanctuary Buildings, 20 Great Smith Street",
                "locality": "London",
                "postalCode": "SW1P3BT",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "PolicyAssurance.COMMERCIALQUERIES@education.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PDZG-3487-DPVD",
        "name": "Department for Education"
    },
    "tender": {
        "id": "project_9917",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Schools Property Flood Resilience: Regional Providers (Design and Build)",
        "description": "The Schools Water Strategy is an \"invest to save\" strategy aimed at reducing the risk of flooding in schools. This planned procurement is to enable the expansion of the current Property Flood Resilience (PFR) installations across the school estate, specifically targeting members of the Risk Protection Arrangement (RPA) for schools in high-risk flood areas and schools that have suffered repeated flooding disruption. This procurement is looking for Potential Suppliers with the capability in their own organisations or with named supply chain partners to design and build property flood resilience solutions across both grey and green (nature-based) categories. The maximum contract value including optional extensions across all Lots is PS100 million (excluding VAT). The initial 3 year contract term is valued at PS57 million across all Lots, equating to roughly PS11.4 million per Lot. The DfE is looking to award 5 regional contracts that will deliver PFR measures in specific schools (selected by the DfE based upon flood risk) in each region. The procurement will be structured into five regional Lots to ensure equal coverage across England. Each Lot will be split into regions as follow: * Lot 1: North West * Lot 2: North East * Lot 3: West Midlands and South (excluding London) * Lot 4: London * Lot 5: East Midlands and East of England Each Lot will have a target to complete a minimum of 10 schools per year over the contract period; however, suppliers would be expected to work on more than 10 projects a year to achieve the targets, accounting for potential slippage. Each Lot is equal in the scope of works. Bidders will be able to apply for all five Lots but will only be awarded a maximum of three Lots. The planned procurement will follow an Open Competitive Procedure, and the evaluation will use a price-per-quality-point methodology.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45246400",
                        "description": "Flood-prevention works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45214200",
                        "description": "Construction work for school buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45240000",
                        "description": "Construction work for water projects"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71242000",
                        "description": "Project and design preparation, estimation of costs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212382",
                        "description": "Floodgates"
                    }
                ],
                "relatedLot": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ]
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45246400",
                        "description": "Flood-prevention works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45214200",
                        "description": "Construction work for school buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45240000",
                        "description": "Construction work for water projects"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71242000",
                        "description": "Project and design preparation, estimation of costs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212382",
                        "description": "Floodgates"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45246400",
                        "description": "Flood-prevention works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45214200",
                        "description": "Construction work for school buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45240000",
                        "description": "Construction work for water projects"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71242000",
                        "description": "Project and design preparation, estimation of costs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212382",
                        "description": "Floodgates"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45246400",
                        "description": "Flood-prevention works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45214200",
                        "description": "Construction work for school buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45240000",
                        "description": "Construction work for water projects"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71242000",
                        "description": "Project and design preparation, estimation of costs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212382",
                        "description": "Floodgates"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45246400",
                        "description": "Flood-prevention works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45214200",
                        "description": "Construction work for school buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45240000",
                        "description": "Construction work for water projects"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71242000",
                        "description": "Project and design preparation, estimation of costs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212382",
                        "description": "Floodgates"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "5"
            }
        ],
        "mainProcurementCategory": "works",
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2029-08-31T23:59:59+01:00",
                    "maxExtentDate": "2031-08-31T23:59:59+01:00"
                },
                "status": "active",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "hasRenewal": true,
                "title": "North West",
                "description": "Design and Build of Schools Property Flood Resilience interventions including nature-based SuDS in the North West region.",
                "value": {
                    "amountGross": 24000000,
                    "amount": 20000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "All Tenders passing the PSQ/CoP Stage will be evaluated by a Quality Evaluation Panel against the pre-determined published criteria as stated in the Quality Questionnaire (Appendix E) of the ITT pack. Potential Suppliers will also be asked to tender Prices and detail their associated costs that they will be able to contract with the Department on, based on the guidance and Pricing Schedule set out in Appendix F of this ITT pack. For the financial evaluation, Potential Suppliers will be assessed on their priced preliminaries and design rates. To identify the highest scoring tenders and rank the Potential Suppliers in each Lot, each Potential Supplier's Final Bid Price will be divided by their Final Quality Score to give their Price Per Quality Point (PPQP) Overall Tender Score.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Experience of PFR and nature-based SuDS delivery"
                        },
                        {
                            "type": "quality",
                            "name": "Project delivery team and Lot specific resourcing"
                        },
                        {
                            "type": "quality",
                            "name": "Design process and approach"
                        },
                        {
                            "type": "quality",
                            "name": "Construction and on-site delivery"
                        },
                        {
                            "type": "quality",
                            "name": "Handover process and approach"
                        },
                        {
                            "type": "quality",
                            "name": "Stakeholder engagement"
                        },
                        {
                            "type": "quality",
                            "name": "Continuous improvement and innovation"
                        },
                        {
                            "type": "quality",
                            "name": "Supply chain management and mitigation of modern slavery"
                        },
                        {
                            "type": "quality",
                            "name": "Social Value: Skills for growth"
                        },
                        {
                            "type": "quality",
                            "name": "Social Value: Environmental engagement"
                        },
                        {
                            "type": "price",
                            "name": "Pricing Schedule"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Potential Suppliers must complete the Financial Viability Risk Assessment Tool as part of the Conditions for Participation in line with the guidance set out in Appendix C of the ITT pack."
                        },
                        {
                            "type": "technical",
                            "description": "Potential Suppliers, their Bidding Group and/or their supply chain must have the capability to design and install Property Flood Resilience interventions, including Nature Based SuDS, across the green and grey categories as defined in the Technical Employers Requirements."
                        }
                    ]
                },
                "renewal": {
                    "description": "1year + 1year after the initial contract period"
                }
            },
            {
                "id": "2",
                "title": "North East",
                "description": "Design and Build of Schools Property Flood Resilience interventions including nature-based SuDS in the North East region.",
                "status": "active",
                "value": {
                    "amountGross": 24000000,
                    "amount": 20000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "All Tenders passing the PSQ/CoP Stage will be evaluated by a Quality Evaluation Panel against the pre-determined published criteria as stated in the Quality Questionnaire (Appendix E) of the ITT pack. Potential Suppliers will also be asked to tender Prices and detail their associated costs that they will be able to contract with the Department on, based on the guidance and Pricing Schedule set out in Appendix F of this ITT pack. For the financial evaluation, Potential Suppliers will be assessed on their priced preliminaries and design rates. To identify the highest scoring tenders and rank the Potential Suppliers in each Lot, each Potential Supplier's Final Bid Price will be divided by their Final Quality Score to give their Price Per Quality Point (PPQP) Overall Tender Score.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Experience of PFR and nature-based SuDS delivery"
                        },
                        {
                            "type": "quality",
                            "name": "Project delivery team and Lot specific resourcing"
                        },
                        {
                            "type": "quality",
                            "name": "Design process and approach"
                        },
                        {
                            "type": "quality",
                            "name": "Construction and on-site delivery"
                        },
                        {
                            "type": "quality",
                            "name": "Handover process and approach"
                        },
                        {
                            "type": "quality",
                            "name": "Stakeholder engagement"
                        },
                        {
                            "type": "quality",
                            "name": "Continuous improvement and innovation"
                        },
                        {
                            "type": "quality",
                            "name": "Supply chain management and mitigation of modern slavery"
                        },
                        {
                            "type": "quality",
                            "name": "Social Value: Skills for growth"
                        },
                        {
                            "type": "quality",
                            "name": "Social Value: Environmental engagement"
                        },
                        {
                            "type": "price",
                            "name": "Pricing Schedule"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Potential Suppliers must complete the Financial Viability Risk Assessment Tool as part of the Conditions for Participation in line with the guidance set out in Appendix C of the ITT pack."
                        },
                        {
                            "type": "technical",
                            "description": "Potential Suppliers, their Bidding Group and/or their supply chain must have the capability to design and install Property Flood Resilience interventions, including Nature Based SuDS, across the green and grey categories as defined in the Technical Employers Requirements."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2029-08-31T23:59:59+01:00",
                    "maxExtentDate": "2031-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "1year + 1year after the initial contract period"
                }
            },
            {
                "id": "3",
                "title": "West Midlands and South (excluding London)",
                "description": "Design and Build of Schools Property Flood Resilience interventions including nature-based SuDS in the West Midlands and South (excluding London) region.",
                "status": "active",
                "value": {
                    "amountGross": 24000000,
                    "amount": 20000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "All Tenders passing the PSQ/CoP Stage will be evaluated by a Quality Evaluation Panel against the pre-determined published criteria as stated in the Quality Questionnaire (Appendix E) of the ITT pack. Potential Suppliers will also be asked to tender Prices and detail their associated costs that they will be able to contract with the Department on, based on the guidance and Pricing Schedule set out in Appendix F of this ITT pack. For the financial evaluation, Potential Suppliers will be assessed on their priced preliminaries and design rates. To identify the highest scoring tenders and rank the Potential Suppliers in each Lot, each Potential Supplier's Final Bid Price will be divided by their Final Quality Score to give their Price Per Quality Point (PPQP) Overall Tender Score.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Experience of PFR and nature-based SuDS delivery"
                        },
                        {
                            "type": "quality",
                            "name": "Project delivery team and Lot specific resourcing"
                        },
                        {
                            "type": "quality",
                            "name": "Design process and approach"
                        },
                        {
                            "type": "quality",
                            "name": "Construction and on-site delivery"
                        },
                        {
                            "type": "quality",
                            "name": "Handover process and approach"
                        },
                        {
                            "type": "quality",
                            "name": "Stakeholder engagement"
                        },
                        {
                            "type": "quality",
                            "name": "Continuous improvement and innovation"
                        },
                        {
                            "type": "quality",
                            "name": "Supply chain management and mitigation of modern slavery"
                        },
                        {
                            "type": "quality",
                            "name": "Social Value: Skills for growth"
                        },
                        {
                            "type": "quality",
                            "name": "Social Value: Environmental engagement"
                        },
                        {
                            "type": "price",
                            "name": "Pricing Schedule"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Potential Suppliers must complete the Financial Viability Risk Assessment Tool as part of the Conditions for Participation in line with the guidance set out in Appendix C of the ITT pack."
                        },
                        {
                            "type": "technical",
                            "description": "Potential Suppliers, their Bidding Group and/or their supply chain must have the capability to design and install Property Flood Resilience interventions, including Nature Based SuDS, across the green and grey categories as defined in the Technical Employers Requirements."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2029-08-31T23:59:59+01:00",
                    "maxExtentDate": "2031-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "1year + 1year after the initial contract period"
                }
            },
            {
                "id": "4",
                "title": "London",
                "description": "Design and Build of Schools Property Flood Resilience interventions including nature-based SuDS in the London region.",
                "status": "active",
                "value": {
                    "amountGross": 24000000,
                    "amount": 20000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "All Tenders passing the PSQ/CoP Stage will be evaluated by a Quality Evaluation Panel against the pre-determined published criteria as stated in the Quality Questionnaire (Appendix E) of the ITT pack. Potential Suppliers will also be asked to tender Prices and detail their associated costs that they will be able to contract with the Department on, based on the guidance and Pricing Schedule set out in Appendix F of this ITT pack. For the financial evaluation, Potential Suppliers will be assessed on their priced preliminaries and design rates. To identify the highest scoring tenders and rank the Potential Suppliers in each Lot, each Potential Supplier's Final Bid Price will be divided by their Final Quality Score to give their Price Per Quality Point (PPQP) Overall Tender Score.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Experience of PFR and nature-based SuDS delivery"
                        },
                        {
                            "type": "quality",
                            "name": "Project delivery team and Lot specific resourcing"
                        },
                        {
                            "type": "quality",
                            "name": "Design process and approach"
                        },
                        {
                            "type": "quality",
                            "name": "Construction and on-site delivery"
                        },
                        {
                            "type": "quality",
                            "name": "Handover process and approach"
                        },
                        {
                            "type": "quality",
                            "name": "Stakeholder engagement"
                        },
                        {
                            "type": "quality",
                            "name": "Continuous improvement and innovation"
                        },
                        {
                            "type": "quality",
                            "name": "Supply chain management and mitigation of modern slavery"
                        },
                        {
                            "type": "quality",
                            "name": "Social Value: Skills for growth"
                        },
                        {
                            "type": "quality",
                            "name": "Social Value: Environmental engagement"
                        },
                        {
                            "type": "price",
                            "name": "Pricing Schedule"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Potential Suppliers must complete the Financial Viability Risk Assessment Tool as part of the Conditions for Participation in line with the guidance set out in Appendix C of the ITT pack."
                        },
                        {
                            "type": "technical",
                            "description": "Potential Suppliers, their Bidding Group and/or their supply chain must have the capability to design and install Property Flood Resilience interventions, including Nature Based SuDS, across the green and grey categories as defined in the Technical Employers Requirements."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2029-08-31T23:59:59+01:00",
                    "maxExtentDate": "2031-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "1year + 1year after the initial contract period"
                }
            },
            {
                "id": "5",
                "title": "East Midlands and East of England",
                "description": "Design and Build of Schools Property Flood Resilience interventions including nature-based SuDS in the East Midlands and East of England region.",
                "status": "active",
                "value": {
                    "amountGross": 24000000,
                    "amount": 20000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "All Tenders passing the PSQ/CoP Stage will be evaluated by a Quality Evaluation Panel against the pre-determined published criteria as stated in the Quality Questionnaire (Appendix E) of the ITT pack. Potential Suppliers will also be asked to tender Prices and detail their associated costs that they will be able to contract with the Department on, based on the guidance and Pricing Schedule set out in Appendix F of this ITT pack. For the financial evaluation, Potential Suppliers will be assessed on their priced preliminaries and design rates. To identify the highest scoring tenders and rank the Potential Suppliers in each Lot, each Potential Supplier's Final Bid Price will be divided by their Final Quality Score to give their Price Per Quality Point (PPQP) Overall Tender Score.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Experience of PFR and nature-based SuDS delivery"
                        },
                        {
                            "type": "quality",
                            "name": "Project delivery team and Lot specific resourcing"
                        },
                        {
                            "type": "quality",
                            "name": "Design process and approach"
                        },
                        {
                            "type": "quality",
                            "name": "Construction and on-site delivery"
                        },
                        {
                            "type": "quality",
                            "name": "Handover process and approach"
                        },
                        {
                            "type": "quality",
                            "name": "Stakeholder engagement"
                        },
                        {
                            "type": "quality",
                            "name": "Continuous improvement and innovation"
                        },
                        {
                            "type": "quality",
                            "name": "Supply chain management and mitigation of modern slavery"
                        },
                        {
                            "type": "quality",
                            "name": "Social Value: Skills for growth"
                        },
                        {
                            "type": "quality",
                            "name": "Social Value: Environmental engagement"
                        },
                        {
                            "type": "price",
                            "name": "Pricing Schedule"
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Potential Suppliers must complete the Financial Viability Risk Assessment Tool as part of the Conditions for Participation in line with the guidance set out in Appendix C of the ITT pack."
                        },
                        {
                            "type": "technical",
                            "description": "Potential Suppliers, their Bidding Group and/or their supply chain must have the capability to design and install Property Flood Resilience interventions, including Nature Based SuDS, across the green and grey categories as defined in the Technical Employers Requirements."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2029-08-31T23:59:59+01:00",
                    "maxExtentDate": "2031-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "1year + 1year after the initial contract period"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-02-27T23:59:59+00:00"
        },
        "status": "active",
        "value": {
            "amountGross": 120000000,
            "amount": 100000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "additionalProcurementCategories": [
            "services"
        ],
        "aboveThreshold": true,
        "submissionMethodDetails": "Tenders must be submitted through the DfE electronic tendering system, Jaggaer, at https://education.app.jaggaer.com before the tender submission deadline.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "notAllowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-05-05T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-04-17T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-07-21T23:59:59+01:00"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 3,
            "awardCriteriaDetails": "Potential Suppliers may express interest and bid for all 5 regional Lots however each Potential Supplier will be awarded no more than 3 Lots. This applies only to the Potential Supplier and any suppliers listed as part of a consortium or bidding group, but not where a supplier may be a subcontractor to the Potential Supplier."
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "026717-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/026717-2026",
                "datePublished": "2026-03-24T11:38:20Z",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "Once in contract, the design and optioneering stages will be invoiced and paid on an interim monthly basis in arrears. For construction works phased beyond a 6-week period, payments will be issued in line with interim monthly payments, and for works phased within a 6-week period, payments will be issued as a lumpsum in arrears following completion and construction assurance, as illustrated in the PFR Delivery and Payment Timeline (Appendix D) in the ITT pack."
        }
    },
    "language": "en"
}