Tender

Fire Safety Works - Consultancy Services Term Contracts

SOUTHERN HOUSING GROUP

This public procurement record has 1 release in its history.

Tender

20 Oct 2021 at 09:20

Summary of the contracting process

The Southern Housing Group is currently undertaking a tender for "Fire Safety Works - Consultancy Services Term Contracts," which falls under the construction consultancy services category. The contract, valued at £8 million, aims to support fire safety works in response to Fire Risk Assessments of housing and related assets across Southern England. The procurement is at the Tender stage, and submissions are due by 29th November 2021. Potential bidders may submit tenders for a maximum of two lots, with various roles specified for the consultancy work, including Multi-disciplinary Consultant and Civil/Structural Engineer.

This tender presents significant opportunities for businesses specialising in construction consultancy, particularly those with expertise in fire safety and engineering services. Companies offering architectural, project management, cost consultancy, and civil engineering services would be well-suited to participate. Additionally, businesses that can demonstrate high-quality service delivery should consider engaging, as the award criteria place emphasis on both quality (60%) and price (40%), ensuring that offers are competitive in both aspects.

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

Fire Safety Works - Consultancy Services Term Contracts

Notice Description

The Services will comprise the provision of professional consultancy services to support the delivery of Fire Safety Works in response to Fire Risk Assessments of the Authority's housing and related assets. Separate Term Contracts are being established to undertake fire safety works. This Contract is for consultancy support in the roles of 1. Multi-disciplinary Consultant, 2. MEPH Engineering Services; 3. Civil/Structural Engineering Services.

Lot Information

Fire Safety Works: Multi-disciplinary Consultancy (North Area)

The Services will comprise undertaking professional construction consultancy services to support the Authority's Fire Safety Works programme in response to Fire Risk Assessments of the Authority's housing and related assets. The works will comprise 1. Fire stopping and compartmentation works; 2.Upgrading/replacement of doors to fire rated doors; 3.Fire signage; 4. Cladding Remediation Work; 5. Emergency fire safety works. The Consultant will be required to fulfil the role of Multi-Disciplinary Consultant under a Design & Build approach, providing architecture, project management, cost consultancy, CDM-Adviser, clerk of works. Additional information: The Authority will award a contract to the highest scoring Tenderer on Lots 1&2. Tenderers will be required to state their preference for which lot they would like to be awarded. The highest scoring Tenderer will be awarded their preferred lot and the second placed Tenderer will be awarded the remaining lot. Tenderers are required to compete for both lots 1&2.

Renewal: Following the initial contract term (60 months), the Authority reserves the right to renew the contract on a rolling 60-month basis up to a maximum of 120 months. The rolling renewal will be based on the performance of the Consultant in accordance with the terms set out in the Term Appointment, contained with the Procurement Documents.

Fire Safety Works: Multi-disciplinary Consultancy (South Area)

The Services will comprise undertaking professional construction consultancy services to support the Authority's Fire Safety Works programme in response to Fire Risk Assessments of the Authority's housing and related assets. The works will comprise 1. Fire stopping and compartmentation works; 2.Upgrading/replacement of doors to fire rated doors;3.Fire signage; 4. Cladding Remediation Work; 5. Emergency fire safety works. The Consultant will be required to fulfil the role of Multi-Disciplinary Consultant under a Design & Build approach, providing architecture, project management, cost consultancy, CDM-Adviser, clerk of works. Additional information: The Authority will award a contract to the highest scoring Tenderer on Lots 1&2. Tenderers will be required to state their preference for which lot they would like to be awarded. The highest scoring Tenderer will be awarded their preferred lot and the second placed Tenderer will be awarded the remaining lot. Tenderers are required to compete for both lots 1&2.

Renewal: Following the initial contract term (60 months), the Authority reserves the right to renew the contract on a rolling 60-month basis up to a maximum of 120 months. The rolling renewal will be based on the performance of the Consultant in accordance with the terms set out in the Term Appointment, contained with the Procurement Documents.

Fire Safety Works: MEPH Engineer

The Services will comprise undertaking professional construction consultancy services to support the Authority's Fire Safety Works programme in response to Fire Risk Assessments of the Authority's housing and related assets. The works will comprise 1. Fire stopping and compartmentation works; 2.Upgrading/replacement of doors to fire rated doors; 3.Fire signage; 4. Cladding Remediation Work; 5. Emergency fire safety works. The Consultant will be required to fulfil the role of Mechanical, Electrical and Public Health (MEPH) Engineering Services under a Design & Build approach.

Renewal: Following the initial contract term (60 months), the Authority reserves the right to renew the contract on a rolling 60-month basis up to a maximum of 120 months. The rolling renewal will be based on the performance of the Consultant in accordance with the terms set out in the Term Appointment, contained with the Procurement Documents.

Fire Safety Works: Civil/Structural Engineer

The Services will comprise undertaking professional construction consultancy services to support the Authority's Fire Safety Works programme in response to Fire Risk Assessments of the Authority's housing and related assets. The works will comprise 1. Fire stopping and compartmentation works; 2.Upgrading/replacement of doors to fire rated doors; 3.Fire signage; 4. Cladding Remediation Work; 5. Emergency fire safety works. The Consultant will be required to fulfil the role of Civil/Structural Engineer under a Design & Build approach.

Renewal: Following the initial contract term (60 months), the Authority reserves the right to renew the contract on a rolling 60-month basis up to a maximum of 120 months. The rolling renewal will be based on the performance of the Consultant in accordance with the terms set out in the Term Appointment, contained with the Procurement Documents.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02ede5
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/026232-2021
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71000000 - Architectural, construction, engineering and inspection services

71200000 - Architectural and related services

71311000 - Civil engineering consultancy services

71312000 - Structural engineering consultancy services

71315300 - Building surveying services

71317210 - Health and safety consultancy services

71320000 - Engineering design services

71321000 - Engineering design services for mechanical and electrical installations for buildings

71322000 - Engineering design services for the construction of civil engineering works

71324000 - Quantity surveying services

71330000 - Miscellaneous engineering services

71334000 - Mechanical and electrical engineering services

71520000 - Construction supervision services

71521000 - Construction-site supervision services

71530000 - Construction consultancy services

71541000 - Construction project management services

Notice Value(s)

Tender Value
£8,000,000 £1M-£10M
Lots Value
£7,800,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Oct 20214 years ago
Submission Deadline
29 Nov 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
SOUTHERN HOUSING GROUP
Contact Name
Ryan Tanner
Contact Email
contracts@shgroup.org.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
EC1M 5LA
Post Town
Central London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI43 Haringey and Islington
Delivery Location
TLJ South East (England)

Local Authority
Islington
Electoral Ward
Clerkenwell
Westminster Constituency
Islington South and Finsbury

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-02ede5-2021-10-20T10:20:45+01:00",
    "date": "2021-10-20T10:20:45+01:00",
    "ocid": "ocds-h6vhtk-02ede5",
    "description": "(MT Ref:223781)",
    "initiationType": "tender",
    "tender": {
        "id": "PR/REF: 0030 - (T10386/4)",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Fire Safety Works - Consultancy Services Term Contracts",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71530000",
            "description": "Construction consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "The Services will comprise the provision of professional consultancy services to support the delivery of Fire Safety Works in response to Fire Risk Assessments of the Authority's housing and related assets. Separate Term Contracts are being established to undertake fire safety works. This Contract is for consultancy support in the roles of 1. Multi-disciplinary Consultant, 2. MEPH Engineering Services; 3. Civil/Structural Engineering Services.",
        "value": {
            "amount": 8000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2,
            "maximumLotsAwardedPerSupplier": 1,
            "awardCriteriaDetails": "Tenders may be submitted for maximum 2 lotsMaximum number of lots that may be awarded to one tenderer: 1The contracting authority reserves the right to award contracts combining the following lots or groups of lots:- \"Multi-disciplinary Services\" may compete for Lots 1 and 2 only;- \"MEPH Engineering may compete for lot 3 only;- Civil/Structural may compete for lot 4 only."
        },
        "lots": [
            {
                "id": "1",
                "title": "Fire Safety Works: Multi-disciplinary Consultancy (North Area)",
                "description": "The Services will comprise undertaking professional construction consultancy services to support the Authority's Fire Safety Works programme in response to Fire Risk Assessments of the Authority's housing and related assets. The works will comprise 1. Fire stopping and compartmentation works; 2.Upgrading/replacement of doors to fire rated doors; 3.Fire signage; 4. Cladding Remediation Work; 5. Emergency fire safety works. The Consultant will be required to fulfil the role of Multi-Disciplinary Consultant under a Design & Build approach, providing architecture, project management, cost consultancy, CDM-Adviser, clerk of works. Additional information: The Authority will award a contract to the highest scoring Tenderer on Lots 1&2. Tenderers will be required to state their preference for which lot they would like to be awarded. The highest scoring Tenderer will be awarded their preferred lot and the second placed Tenderer will be awarded the remaining lot. Tenderers are required to compete for both lots 1&2.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 3000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Following the initial contract term (60 months), the Authority reserves the right to renew the contract on a rolling 60-month basis up to a maximum of 120 months. The rolling renewal will be based on the performance of the Consultant in accordance with the terms set out in the Term Appointment, contained with the Procurement Documents."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "2",
                "title": "Fire Safety Works: Multi-disciplinary Consultancy (South Area)",
                "description": "The Services will comprise undertaking professional construction consultancy services to support the Authority's Fire Safety Works programme in response to Fire Risk Assessments of the Authority's housing and related assets. The works will comprise 1. Fire stopping and compartmentation works; 2.Upgrading/replacement of doors to fire rated doors;3.Fire signage; 4. Cladding Remediation Work; 5. Emergency fire safety works. The Consultant will be required to fulfil the role of Multi-Disciplinary Consultant under a Design & Build approach, providing architecture, project management, cost consultancy, CDM-Adviser, clerk of works. Additional information: The Authority will award a contract to the highest scoring Tenderer on Lots 1&2. Tenderers will be required to state their preference for which lot they would like to be awarded. The highest scoring Tenderer will be awarded their preferred lot and the second placed Tenderer will be awarded the remaining lot. Tenderers are required to compete for both lots 1&2.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 3000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Following the initial contract term (60 months), the Authority reserves the right to renew the contract on a rolling 60-month basis up to a maximum of 120 months. The rolling renewal will be based on the performance of the Consultant in accordance with the terms set out in the Term Appointment, contained with the Procurement Documents."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "3",
                "title": "Fire Safety Works: MEPH Engineer",
                "description": "The Services will comprise undertaking professional construction consultancy services to support the Authority's Fire Safety Works programme in response to Fire Risk Assessments of the Authority's housing and related assets. The works will comprise 1. Fire stopping and compartmentation works; 2.Upgrading/replacement of doors to fire rated doors; 3.Fire signage; 4. Cladding Remediation Work; 5. Emergency fire safety works. The Consultant will be required to fulfil the role of Mechanical, Electrical and Public Health (MEPH) Engineering Services under a Design & Build approach.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 1200000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Following the initial contract term (60 months), the Authority reserves the right to renew the contract on a rolling 60-month basis up to a maximum of 120 months. The rolling renewal will be based on the performance of the Consultant in accordance with the terms set out in the Term Appointment, contained with the Procurement Documents."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "4",
                "title": "Fire Safety Works: Civil/Structural Engineer",
                "description": "The Services will comprise undertaking professional construction consultancy services to support the Authority's Fire Safety Works programme in response to Fire Risk Assessments of the Authority's housing and related assets. The works will comprise 1. Fire stopping and compartmentation works; 2.Upgrading/replacement of doors to fire rated doors; 3.Fire signage; 4. Cladding Remediation Work; 5. Emergency fire safety works. The Consultant will be required to fulfil the role of Civil/Structural Engineer under a Design & Build approach.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 600000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Following the initial contract term (60 months), the Authority reserves the right to renew the contract on a rolling 60-month basis up to a maximum of 120 months. The rolling renewal will be based on the performance of the Consultant in accordance with the terms set out in the Term Appointment, contained with the Procurement Documents."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71530000",
                        "description": "Construction consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71200000",
                        "description": "Architectural and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71541000",
                        "description": "Construction project management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71317210",
                        "description": "Health and safety consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71315300",
                        "description": "Building surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71521000",
                        "description": "Construction-site supervision services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71520000",
                        "description": "Construction supervision services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71324000",
                        "description": "Quantity surveying services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ"
                    }
                ],
                "deliveryLocation": {
                    "description": "Southern England"
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71530000",
                        "description": "Construction consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71200000",
                        "description": "Architectural and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71541000",
                        "description": "Construction project management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71317210",
                        "description": "Health and safety consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71315300",
                        "description": "Building surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71521000",
                        "description": "Construction-site supervision services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71520000",
                        "description": "Construction supervision services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71324000",
                        "description": "Quantity surveying services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ"
                    }
                ],
                "deliveryLocation": {
                    "description": "Southern England"
                },
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71530000",
                        "description": "Construction consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71334000",
                        "description": "Mechanical and electrical engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71320000",
                        "description": "Engineering design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71321000",
                        "description": "Engineering design services for mechanical and electrical installations for buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71330000",
                        "description": "Miscellaneous engineering services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ"
                    }
                ],
                "deliveryLocation": {
                    "description": "Southern England"
                },
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71530000",
                        "description": "Construction consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71312000",
                        "description": "Structural engineering consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ"
                    }
                ],
                "deliveryLocation": {
                    "description": "Southern England"
                },
                "relatedLot": "4"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "http://www.in-tend.co.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Applicants will be required to complete a Pre-Qualification Questionnaire (PQQ) consistent with the provisions of Regulation 58 of the Public Contracts Regulations 2015 (as amended). The minimum requirements that Applicants are required to meet are set out in the PQQ. The PQQ is available from the address at I.1 and must be returned to that address by the date stipulated in IV.2.2.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "The Term Appointment forming part of the Procurement Documents sets out the conditions relating to performance including minimum performance standards to be met.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2021-11-29T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2021-11-29T12:00:00Z"
        },
        "bidOpening": {
            "date": "2021-11-29T12:00:00Z"
        },
        "hasRecurrence": false,
        "reviewDetails": "Precise information on deadline(s) for review procedures:In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with information in the \"Award Decision Notice\" at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operators and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England & Wales."
    },
    "parties": [
        {
            "id": "GB-FTS-32141",
            "name": "Southern Housing Group",
            "identifier": {
                "legalName": "Southern Housing Group"
            },
            "address": {
                "streetAddress": "59 -61 Clerkenwell Road",
                "locality": "London",
                "region": "UKJ",
                "postalCode": "EC1M 5LA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Ryan Tanner",
                "email": "Contracts@shgroup.org.uk",
                "url": "http://www.in-tend.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.shgroup.org.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "06",
                        "description": "Housing and community amenities"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-103",
            "name": "Public Procurement Review Service",
            "identifier": {
                "legalName": "Public Procurement Review Service"
            },
            "address": {
                "streetAddress": "Cabinet Office",
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3450103503",
                "email": "publicprocurementreview@cabinetoffice.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit"
            }
        },
        {
            "id": "GB-FTS-3081",
            "name": "Centre for Effective Dispute Resolution",
            "identifier": {
                "legalName": "Centre for Effective Dispute Resolution"
            },
            "address": {
                "streetAddress": "70 Fleet Street",
                "locality": "London",
                "postalCode": "EC4Y 1EU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 207536600",
                "email": "info@cedr.com"
            },
            "roles": [
                "mediationBody"
            ]
        },
        {
            "id": "GB-FTS-137",
            "name": "Cabinet Office",
            "identifier": {
                "legalName": "Cabinet Office"
            },
            "address": {
                "streetAddress": "70 Whitehall",
                "locality": "London",
                "postalCode": "SW1A 2AS",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2072761234"
            },
            "roles": [
                "reviewContactPoint"
            ],
            "details": {
                "url": "http://www.cabinetoffice.gov.uk"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-32141",
        "name": "Southern Housing Group"
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:395259-2020:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}