Tender

South Cambridgeshire District Council - Repairs, Maintenance and Asset Services

SOUTH CAMBRIDGESHIRE DISTRICT COUNCIL

This public procurement record has 4 releases in its history.

TenderUpdate

03 Aug 2021 at 14:43

TenderUpdate

14 Jul 2021 at 18:01

Tender

13 Jul 2021 at 11:02

Planning

22 Mar 2021 at 15:27

Summary of the contracting process

The South Cambridgeshire District Council is currently seeking bids for a contract titled "Repairs, Maintenance and Asset Services". This contract falls under the construction industry and involves a range of works including responsive and void repairs, heating servicing and maintenance, as well as cyclical and planned works. The tender is currently in the award stage, with a submission deadline set for 12th August 2021. The procurement process follows the selective (restricted) procedure, and the contract has an estimated total value of £118.5 million over a potential term of up to 15 years, commencing on 1st July 2022.

This tender represents a significant opportunity for businesses specialising in construction, maintenance, and asset management services. Companies that offer responsive repairs, heating solutions, and ICT services that support project management and data analysis would be particularly well-suited to compete. Interested businesses should be prepared to demonstrate their capability in delivering services with a strong emphasis on quality and customer service, as the awarding of the contract will be based on the Most Economically Advantageous Tender (MEAT) criteria.

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

South Cambridgeshire District Council - Repairs, Maintenance and Asset Services

Notice Description

Outline of Contract Works and Services SCDC is seeking to procure a new CONTRACT FOR RESPONSIVE & VOID REPAIRS, HEATING SERVICING & MAINTENANCE, CYCLICAL AND PLANNED WORKS. This contract will include the following CORE and ADDITIONAL OPTIONAL workstreams: CORE - including all of the following work areas: * Call handling and repairs reporting, to include weekday 'core times' and an emergency out of hours service. * Responsive repairs (emergency, urgent, routine and out of hours) to residential properties and internal and external communal areas of blocks, as well as repairs to garages, including keeping and maintenance of repair records and the making, keeping and communication of repair appointments. * Repairs, major repairs and upgrades to void properties. * The servicing and maintenance of gas installations and central heating systems, as well as the servicing and maintenance of other non-gas heating types. * Planned responsive repairs. ADDITIONAL OPTIONAL - including some, or all, of the following work areas: * Cyclical redecorations in accordance with an agreed annual programme. * Non-core additional works relating to the above work types, such as aids and adaptations. * Cyclical inspections and works. * Planned works, including renewing/upgrading of internal and external building components, elements and systems. * Stock condition surveys (format to be agreed) The delivery of the CORE and ADDITIONAL OPTIONAL workstreams will need to be supported by well-designed and high performing: * ICT services and solutions for holding, management and analysis of data, information and reporting as well as the management of all 'end to end' processes related to the CORE and ADDITIONAL workstreams. * Service standards, performance management, monitoring and reporting (including a range of stretching KPIs and approaches to continuous improvement. The contract will be for an initial term of five years commencing 1 July 2022, with an option for it to be extended for two additional periods of 5 years (meaning up to 15 years in total) subject to satisfactory performance and value for money. There will be a no-fault break clause that can be enacted by either party giving 12 months' prior written notice. SCDC will appoint the Provider based upon the Most Economically Advantageous Tender (MEAT) to deliver the contract. The successful Provider will be expected to deliver Works and Services to a high standard, with a demonstrable focus on customer service and other strategic and operational priorities, at rates that offer best value for money. For more information and to obtain the tender documentation, please see our electronic tendering portal: https://procontract.due-north.com/Advert/Index?advertId=30c27d3abc88- eb11-810c-005056b64545 Please note the contract value stated is the estimated of Core and Additional Optional works over the entire potential 15 year term (and is not guaranteed). n addition to the above work, the Council is also keen for its Home Improvement Agency, Private Sector Leasing Scheme (Shire Homes) and its Housing Company (Ermine Street) to have access to the new repairs contract arrangements, as well as, potentially, other local authorities. To incorporate the use of the contract by the above the total annual contract value for contract notice purposes will be PS7.9m, an increase PS0.5m.

Lot Information

Lot 1

Outline of Contract Works and Services SCDC is seeking to procure a new CONTRACT FOR RESPONSIVE & VOID REPAIRS, HEATING SERVICING & MAINTENANCE, CYCLICAL AND PLANNED WORKS. This contract will include the following CORE and ADDITIONAL OPTIONAL workstreams: CORE - including all of the following work areas: * Call handling and repairs reporting, to include weekday 'core times' and an emergency out of hours service. * Responsive repairs (emergency, urgent, routine and out of hours) to residential properties and internal and external communal areas of blocks, as well as repairs to garages, including keeping and maintenance of repair records and the making, keeping and communication of repair appointments. * Repairs, major repairs and upgrades to void properties. * The servicing and maintenance of gas installations and central heating systems, as well as the servicing and maintenance of other non-gas heating types. * Planned responsive repairs. ADDITIONAL OPTIONAL - including some, or all, of the following work areas: * Cyclical redecorations in accordance with an agreed annual programme. * Non-core additional works relating to the above work types, such as aids and adaptations. * Cyclical inspections and works. * Planned works, including renewing/upgrading of internal and external building components, elements and systems. * Stock condition surveys (format to be agreed) The delivery of the CORE and ADDITIONAL OPTIONAL workstreams will need to be supported by well-designed and high performing: * ICT services and solutions for holding, management and analysis of data, information and reporting as well as the management of all 'end to end' processes related to the CORE and ADDITIONAL workstreams. * Service standards, performance management, monitoring and reporting (including a range of stretching KPIs and approaches to continuous improvement. The contract will be for an initial term of five years commencing 1 July 2022, with an option for it to be extended for two additional periods of 5 years (meaning up to 15 years in total) subject to satisfactory performance and value for money. There will be a no-fault break clause that can be enacted by either party giving 12 months' prior written notice. SCDC will appoint the Provider based upon the Most Economically Advantageous Tender (MEAT) to deliver the contract. The successful Provider will be expected to deliver Works and Services to a high standard, with a demonstrable focus on customer service and other strategic and operational priorities, at rates that offer best value for money. For more information and to obtain the tender documentation, please see our electronic tendering portal: https://procontract.due-north.com/Advert/Index?advertId=30c27d3a-bc88-eb11-810c-005056b64545 Please note the contract value stated is the estimated of Core and Additional Optional works over the entire potential 15 year term (and is not guaranteed).

Options: The contract will be for an initial term of five years commencing 1 July 2022, with an option for it to be extended for two additional periods of 5 years (meaning up to 15 years in total) subject to satisfactory performance and value for money. There will be a no-fault break clause that can be enacted by either party giving 12 months' prior written notice.

Renewal: The contract will be for an initial term of five years commencing 1 July 2022, with an option for it to be extended for two additional periods of 5 years (meaning up to 15 years in total) subject to satisfactory performance and value for money. There will be a no-fault break clause that can be enacted by either party giving 12 months' prior written notice.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-029e0c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/018642-2021
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

50 - Repair and maintenance services


CPV Codes

45000000 - Construction work

50000000 - Repair and maintenance services

Notice Value(s)

Tender Value
£111,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Aug 20214 years ago
Submission Deadline
12 Aug 2021Expired
Future Notice Date
30 Jun 2021Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
In approximately 5 years to 15 years dependent on whether options are exercised.

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
SOUTH CAMBRIDGESHIRE DISTRICT COUNCIL
Contact Name
Mr Sean Missin
Contact Email
sean.missin@scambs.gov.uk
Contact Phone
+44 1954713378

Buyer Location

Locality
CAMBOURNE
Postcode
CB23 6EA
Post Town
Cambridge
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH4 Cambridgeshire and Peterborough
Small Region (ITL 3)
TLH42 Cambridgeshire CC
Delivery Location
Not specified

Local Authority
South Cambridgeshire
Electoral Ward
Cambourne
Westminster Constituency
St Neots and Mid Cambridgeshire

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-029e0c-2021-08-03T15:43:00+01:00",
    "date": "2021-08-03T15:43:00+01:00",
    "ocid": "ocds-h6vhtk-029e0c",
    "initiationType": "tender",
    "tender": {
        "id": "DN533707",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "South Cambridgeshire District Council - Repairs, Maintenance and Asset Services",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "description": "Outline of Contract Works and Services SCDC is seeking to procure a new CONTRACT FOR RESPONSIVE & VOID REPAIRS, HEATING SERVICING & MAINTENANCE, CYCLICAL AND PLANNED WORKS. This contract will include the following CORE and ADDITIONAL OPTIONAL workstreams: CORE - including all of the following work areas: * Call handling and repairs reporting, to include weekday 'core times' and an emergency out of hours service. * Responsive repairs (emergency, urgent, routine and out of hours) to residential properties and internal and external communal areas of blocks, as well as repairs to garages, including keeping and maintenance of repair records and the making, keeping and communication of repair appointments. * Repairs, major repairs and upgrades to void properties. * The servicing and maintenance of gas installations and central heating systems, as well as the servicing and maintenance of other non-gas heating types. * Planned responsive repairs. ADDITIONAL OPTIONAL - including some, or all, of the following work areas: * Cyclical redecorations in accordance with an agreed annual programme. * Non-core additional works relating to the above work types, such as aids and adaptations. * Cyclical inspections and works. * Planned works, including renewing/upgrading of internal and external building components, elements and systems. * Stock condition surveys (format to be agreed) The delivery of the CORE and ADDITIONAL OPTIONAL workstreams will need to be supported by well-designed and high performing: * ICT services and solutions for holding, management and analysis of data, information and reporting as well as the management of all 'end to end' processes related to the CORE and ADDITIONAL workstreams. * Service standards, performance management, monitoring and reporting (including a range of stretching KPIs and approaches to continuous improvement. The contract will be for an initial term of five years commencing 1 July 2022, with an option for it to be extended for two additional periods of 5 years (meaning up to 15 years in total) subject to satisfactory performance and value for money. There will be a no-fault break clause that can be enacted by either party giving 12 months' prior written notice. SCDC will appoint the Provider based upon the Most Economically Advantageous Tender (MEAT) to deliver the contract. The successful Provider will be expected to deliver Works and Services to a high standard, with a demonstrable focus on customer service and other strategic and operational priorities, at rates that offer best value for money. For more information and to obtain the tender documentation, please see our electronic tendering portal: https://procontract.due-north.com/Advert/Index?advertId=30c27d3abc88- eb11-810c-005056b64545 Please note the contract value stated is the estimated of Core and Additional Optional works over the entire potential 15 year term (and is not guaranteed). n addition to the above work, the Council is also keen for its Home Improvement Agency, Private Sector Leasing Scheme (Shire Homes) and its Housing Company (Ermine Street) to have access to the new repairs contract arrangements, as well as, potentially, other local authorities. To incorporate the use of the contract by the above the total annual contract value for contract notice purposes will be PS7.9m, an increase PS0.5m.",
        "lots": [
            {
                "id": "1",
                "description": "Outline of Contract Works and Services SCDC is seeking to procure a new CONTRACT FOR RESPONSIVE & VOID REPAIRS, HEATING SERVICING & MAINTENANCE, CYCLICAL AND PLANNED WORKS. This contract will include the following CORE and ADDITIONAL OPTIONAL workstreams: CORE - including all of the following work areas: * Call handling and repairs reporting, to include weekday 'core times' and an emergency out of hours service. * Responsive repairs (emergency, urgent, routine and out of hours) to residential properties and internal and external communal areas of blocks, as well as repairs to garages, including keeping and maintenance of repair records and the making, keeping and communication of repair appointments. * Repairs, major repairs and upgrades to void properties. * The servicing and maintenance of gas installations and central heating systems, as well as the servicing and maintenance of other non-gas heating types. * Planned responsive repairs. ADDITIONAL OPTIONAL - including some, or all, of the following work areas: * Cyclical redecorations in accordance with an agreed annual programme. * Non-core additional works relating to the above work types, such as aids and adaptations. * Cyclical inspections and works. * Planned works, including renewing/upgrading of internal and external building components, elements and systems. * Stock condition surveys (format to be agreed) The delivery of the CORE and ADDITIONAL OPTIONAL workstreams will need to be supported by well-designed and high performing: * ICT services and solutions for holding, management and analysis of data, information and reporting as well as the management of all 'end to end' processes related to the CORE and ADDITIONAL workstreams. * Service standards, performance management, monitoring and reporting (including a range of stretching KPIs and approaches to continuous improvement. The contract will be for an initial term of five years commencing 1 July 2022, with an option for it to be extended for two additional periods of 5 years (meaning up to 15 years in total) subject to satisfactory performance and value for money. There will be a no-fault break clause that can be enacted by either party giving 12 months' prior written notice. SCDC will appoint the Provider based upon the Most Economically Advantageous Tender (MEAT) to deliver the contract. The successful Provider will be expected to deliver Works and Services to a high standard, with a demonstrable focus on customer service and other strategic and operational priorities, at rates that offer best value for money. For more information and to obtain the tender documentation, please see our electronic tendering portal: https://procontract.due-north.com/Advert/Index?advertId=30c27d3a-bc88-eb11-810c-005056b64545 Please note the contract value stated is the estimated of Core and Additional Optional works over the entire potential 15 year term (and is not guaranteed).",
                "status": "active",
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will be for an initial term of five years commencing 1 July 2022, with an option for it to be extended for two additional periods of 5 years (meaning up to 15 years in total) subject to satisfactory performance and value for money. There will be a no-fault break clause that can be enacted by either party giving 12 months' prior written notice."
                },
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "As set out in the Selection Questionnaire"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract will be for an initial term of five years commencing 1 July 2022, with an option for it to be extended for two additional periods of 5 years (meaning up to 15 years in total) subject to satisfactory performance and value for money. There will be a no-fault break clause that can be enacted by either party giving 12 months' prior written notice."
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    }
                ]
            }
        ],
        "communication": {
            "futureNoticeDate": "2021-07-01T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "value": {
            "amount": 111000000,
            "currency": "GBP"
        },
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://procontract.due-north.com/Advert/Index?advertId=30c27d3a-bc88-eb11-810c-005056b64545",
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2021-08-12T13:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2021-09-08T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "In approximately 5 years to 15 years dependent on whether options are exercised."
        },
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "The procurement documents are available for unrestricted and full direct access, free of charge, at https://procontract.due-north.com/Advert/Index?advertId=30c27d3abc88- eb11-810c-005056b64545 Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://procontract.due-north.com/Advert/Index?advertId=30c27d3abc88- eb11-810c-005056b64545"
                        },
                        "newValue": {
                            "text": "The procurement documents are available for unrestricted and full direct access, free of charge, at https://procontract.due-north.com/Advert?advertId=81780cbd-9ce4-eb11-810d-005056b64545&fromRfxSummary=True&rfxId=505a349f-c8e3-eb11-810d-005056b64545 Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://procontract.due-north.com/Advert?advertId=81780cbd-9ce4-eb11-810d-005056b64545&fromRfxSummary=True&rfxId=505a349f-c8e3-eb11-810d-005056b64545"
                        },
                        "where": {
                            "section": "1.3",
                            "label": "the Link"
                        }
                    },
                    {
                        "oldValue": {
                            "text": "Outline of Contract Works and Services SCDC is seeking to procure a new CONTRACT FOR RESPONSIVE & VOID REPAIRS, HEATING SERVICING & MAINTENANCE, CYCLICAL AND PLANNED WORKS. This contract will include the following CORE and ADDITIONAL OPTIONAL workstreams: CORE - including all of the following work areas: * Call handling and repairs reporting, to include weekday 'core times' and an emergency out of hours service. * Responsive repairs (emergency, urgent, routine and out of hours) to residential properties and internal and external communal areas of blocks, as well as repairs to garages, including keeping and maintenance of repair records and the making, keeping and communication of repair appointments. * Repairs, major repairs and upgrades to void properties. * The servicing and maintenance of gas installations and central heating systems, as well as the servicing and maintenance of other non-gas heating types. * Planned responsive repairs. ADDITIONAL OPTIONAL - including some, or all, of the following work areas: * Cyclical redecorations in accordance with an agreed annual programme. * Non-core additional works relating to the above work types, such as aids and adaptations. * Cyclical inspections and works. * Planned works, including renewing/upgrading of internal and external building components, elements and systems. * Stock condition surveys (format to be agreed) The delivery of the CORE and ADDITIONAL OPTIONAL workstreams will need to be supported by well-designed and high performing: * ICT services and solutions for holding, management and analysis of data, information and reporting as well as the management of all 'end to end' processes related to the CORE and ADDITIONAL workstreams. * Service standards, performance management, monitoring and reporting (including a range of stretching KPIs and approaches to continuous improvement. The contract will be for an initial term of five years commencing 1 July 2022, with an option for it to be extended for two additional periods of 5 years (meaning up to 15 years in total) subject to satisfactory performance and value for money. There will be a no-fault break clause that can be enacted by either party giving 12 months' prior written notice. SCDC will appoint the Provider based upon the Most Economically Advantageous Tender (MEAT) to deliver the contract. The successful Provider will be expected to deliver Works and Services to a high standard, with a demonstrable focus on customer service and other strategic and operational priorities, at rates that offer best value for money. For more information and to obtain the tender documentation, please see our electronic tendering portal: https://procontract.due-north.com/Advert/Index?advertId=30c27d3abc88- eb11-810c-005056b64545 Please note the contract value stated is the estimated of Core and Additional Optional works over the entire potential 15 year term (and is not guaranteed)."
                        },
                        "newValue": {
                            "text": "Outline of Contract Works and Services SCDC is seeking to procure a new CONTRACT FOR RESPONSIVE & VOID REPAIRS, HEATING SERVICING & MAINTENANCE, CYCLICAL AND PLANNED WORKS. This contract will include the following CORE and ADDITIONAL OPTIONAL workstreams: CORE - including all of the following work areas: * Call handling and repairs reporting, to include weekday 'core times' and an emergency out of hours service. * Responsive repairs (emergency, urgent, routine and out of hours) to residential properties and internal and external communal areas of blocks, as well as repairs to garages, including keeping and maintenance of repair records and the making, keeping and communication of repair appointments. * Repairs, major repairs and upgrades to void properties. * The servicing and maintenance of gas installations and central heating systems, as well as the servicing and maintenance of other non-gas heating types. * Planned responsive repairs. ADDITIONAL OPTIONAL - including some, or all, of the following work areas: * Cyclical redecorations in accordance with an agreed annual programme. * Non-core additional works relating to the above work types, such as aids and adaptations. * Cyclical inspections and works. * Planned works, including renewing/upgrading of internal and external building components, elements and systems. * Stock condition surveys (format to be agreed) The delivery of the CORE and ADDITIONAL OPTIONAL workstreams will need to be supported by well-designed and high performing: * ICT services and solutions for holding, management and analysis of data, information and reporting as well as the management of all 'end to end' processes related to the CORE and ADDITIONAL workstreams. * Service standards, performance management, monitoring and reporting (including a range of stretching KPIs and approaches to continuous improvement. The contract will be for an initial term of five years commencing 1 July 2022, with an option for it to be extended for two additional periods of 5 years (meaning up to 15 years in total) subject to satisfactory performance and value for money. There will be a no-fault break clause that can be enacted by either party giving 12 months' prior written notice. SCDC will appoint the Provider based upon the Most Economically Advantageous Tender (MEAT) to deliver the contract. The successful Provider will be expected to deliver Works and Services to a high standard, with a demonstrable focus on customer service and other strategic and operational priorities, at rates that offer best value for money. For more information and to obtain the tender documentation, please see our electronic tendering portal: https://procontract.due-north.com/Advert?advertId=81780cbd-9ce4-eb11-810d-005056b64545&fromRfxSummary=True&rfxId=505a349f-c8e3-eb11-810d-005056b64545 Please note the contract value stated is the estimated of Core and Additional Optional works over the entire potential 15 year term (and is not guaranteed)."
                        },
                        "where": {
                            "section": "ii.1.4",
                            "label": "Short description"
                        }
                    }
                ]
            },
            {
                "id": "2",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "Value excluding VAT: PS111,000,000"
                        },
                        "newValue": {
                            "text": "Value excluding VAT: PS118,500,000"
                        },
                        "where": {
                            "section": "ii.1.5",
                            "label": "Estimated total value"
                        }
                    },
                    {
                        "oldValue": {
                            "text": "The contract involves joint procurement - currently blank."
                        },
                        "newValue": {
                            "text": "The contract involves joint procurement - ticked and the following parties added: South Cambridgeshire District Councils Home Improvement Agency (HIA), Private Sector Leasing Scheme (Shire Homes), SCDC's Housing Company trading as Ermine Street. HUNTINGDONSHIRE DISTRICT COUNCIL DISTRICT COUNCIL Pathfinder House, St Mary's Street, Huntingdon, Cambridgeshire, PE29 3TN Cambridge City Council The Guildhall Peas Hill Cambridge CB2 3QJ"
                        },
                        "where": {
                            "section": "i.2",
                            "label": "The contract involves joint procurement - currently blank"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-3503",
            "name": "South Cambridgeshire District Council",
            "identifier": {
                "legalName": "South Cambridgeshire District Council"
            },
            "address": {
                "streetAddress": "South Cambridgeshire Hall, Cambourne Business Park",
                "locality": "Cambourne",
                "region": "UK",
                "postalCode": "CB23 6EA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mr Sean Missin",
                "telephone": "+44 1954713378",
                "email": "sean.missin@scambs.gov.uk",
                "url": "https://procontract.due-north.com/Advert/Index?advertId=30c27d3a-bc88-eb11-810c-005056b64545"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.scambs.gov.uk",
                "buyerProfile": "https://www.scambs.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-22294",
            "name": "South Cambridgshire District Council",
            "identifier": {
                "legalName": "South Cambridgshire District Council"
            },
            "address": {
                "streetAddress": "Cambourne Business Park",
                "locality": "Cambourne",
                "postalCode": "CB23 6EA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1954713378",
                "email": "sean.missin@scambs.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-3503",
        "name": "South Cambridgeshire District Council"
    },
    "language": "en"
}