Notice Information
Notice Title
GLA 81649 - Retrofit Accelerator for Homes: deep retrofit of domestic properties
Notice Description
This procurement process is being managed by Transport for London ("TfL") on behalf of the Greater London Authority ("GLA"). This process is conducted as an innovation partnership under Regulation 31 of the Public Contracts Regulations 2015. The GLA has identified the need for an innovative solution that cannot be met by what is available on the market: a scaleable performance assured standard "whole house" net zero energy ("NZE") solution for retrofitting homes at an economic price point. This process aims at the development of that innovative solution; and the subsequent purchase of it under a framework agreement, provided that specified performance levels and maximum costs are met. If successful, the process will: (1) Develop a solution that does not presently exist in the market: (2) Provide an effective route to market for pipeline projects from Housing Providers (as defined in II.2.4); and (3) Develop a robust supply chain to deliver NZE solutions.
Lot Information
Lot 1
The "whole house" NZE retrofitting of homes referred to in II.1.4 will involve design and installation to meet an outcome-based specification with assured monitored performance. Solutions will require significant improvement in fabric thermal performance, on-site renewable energy generation and heating equipment, as required to achieve annual NZE consumption by some or all of those means. Specified comfort levels have to be achieved with a contractually guaranteed maximum amount of imported grid electricity. Offsite approaches are required, and non-disruptive installation completed in days on-site without residents having to move out. Homes will typically be fully insulated using offsite manufactured integrated fabric solutions, "energy pods" providing low-carbon high efficiency heating and hot water, with PV generation. This procurement process commences with a supplier selection questionnaire ("SSQ") through which a shortlist of 15 suitably qualified bidders will be generated. Those bidders will progress to the ITT stage. The outcome of the ITT stage of this initial competition will be that (subject to sufficient bidders meeting the stated requirements) 10 providers ("Solution Providers") will be identified and selected to appear on a ranking list and participate in the "IPP Phase". During the IPP Phase, each Solution Provider appearing on the ranking list will be entitled to develop specific retrofit solutions for defined "Schemes" for Housing Providers (as defined below) in 4 sequential stages (summarised below), subject to meeting the contractual conditions for moving to the next stage. Funding contributions will be made in accordance with the relevant contracts to help pay for such development. Schemes will be allocated to Solution Providers in tranches, with the first tranche allocated at the end of the ITT stage. Those Solution Providers who performed best in the initial competition will appear at the top of the ranking list and will have priority of choice in selecting the schemes from the first tranche. For further tranches, a detailed contractual allocation process will apply, again using the original ranking list. For each Scheme, the IPP Phase will involve 4 stages: research and development (design); prototypes (retrofitting of circa 5 to 40 homes); pilot (c. 50 to 100 homes); and commercialise (c. 100 to 250 homes). The precise number of homes will vary between Schemes. Each Solution Provider will enter into an Innovation Partnership Contract with the relevant Housing Provider covering the 4 stages and the performance criteria and financial terms. The final element of the process is the "Framework Phase". Solution Providers that have successfully completed all 4 stages of the IPP Phase for a Scheme will, under a Framework Agreement, be entitled to bid, through mini-competitions, for further Schemes involving delivery of a works contract to implement the solutions (including capacity and know how) developed during the IPP Phase. Any In-Scope Contracting Authority (as defined in this notice at VI.3) is entitled to submit a scheme during the IPP Phase and to call-off works contracts during the IPP Phase. A "Housing Provider" is defined by the procurement documents as an In-Scope Contracting Authority that releases a scheme during the IPP Phase and/or Framework Phase. The Housing Providers for the first tranche of Schemes during the IPP Phase are currently anticipated to be: London Borough of Barking and Dagenham; London Borough of Ealing; London Borough of Haringey; London Borough of Sutton /Sutton Housing Partnership; and Nottingham City Council / Nottingham City Homes. It is currently anticipated that Housing Providers for further tranches of Schemes during the IPP Phase may include one, some or all of: Bristol City Council; City of York Council; Great Places Housing Group Limited; Home Group Limited; London Borough of Enfield; London Borough of Hammersmith and Fulham; London Borough of Lambeth; Royal Borough of Kensington and Chelsea; and Sanctuary Housing Association. For each contract (both during the IPP Phase and for works contracts awarded during the Framework Phase) the Housing Provider will have the option to appoint the same Solution Provider to perform maintenance and operation services in respect of the retrofitting that is carried out to the relevant homes. The duration comprises: up to 3 years for the IPP Phase; a core term of 4 years for the Framework Agreement; plus an optional extension of up to 3 years (as described in II.2.11). Additional information: The GLA has received grant monies to cover initial set up and professional costs from the ERDF in relation to this procurement. However, no payment to the Solution Provider under any contract that may be awarded under this process is conditional upon ERDF grant being received. The same applies to Housing Providers, who may receive additional grant monies.
Options: The Client has an option, exercisable at its sole discretion, to extend the duration of the Framework Agreement for a further period or periods up to a total of 36 months by notice in writing to Solution Providers.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02f9bb
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/029260-2021
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Innovation partnership
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
09 - Petroleum products, fuel, electricity and other sources of energy
24 - Chemical products
31 - Electrical machinery, apparatus, equipment and consumables; lighting
38 - Laboratory, optical and precision equipments (excl. glasses)
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
50 - Repair and maintenance services
51 - Installation services (except software)
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
09310000 - Electricity
09320000 - Steam, hot water and associated products
09330000 - Solar energy
24962000 - Water-treatment chemicals
31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
38550000 - Meters
38551000 - Energy meters
38554000 - Electricity meters
44111000 - Building materials
44115200 - Plumbing and heating materials
44163000 - Pipes and fittings
44175000 - Panels
44212381 - Cladding
44620000 - Central-heating radiators and boilers and parts
45211000 - Construction work for multi-dwelling buildings and individual houses
45223820 - Prefabricated units and components
45261215 - Solar panel roof-covering work
45262640 - Environmental improvement works
45262650 - Cladding works
45311000 - Electrical wiring and fitting work
45315000 - Electrical installation work of heating and other electrical building-equipment
45321000 - Thermal insulation work
45331100 - Central-heating installation work
45331110 - Boiler installation work
45421100 - Installation of doors and windows and related components
50411300 - Repair and maintenance services of electricity meters
50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
50710000 - Repair and maintenance services of electrical and mechanical building installations
50720000 - Repair and maintenance services of central heating
51100000 - Installation services of electrical and mechanical equipment
71300000 - Engineering services
71314000 - Energy and related services
71400000 - Urban planning and landscape architectural services
71500000 - Construction-related services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 24 Nov 20214 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 10 May 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GREATER LONDON AUTHORITY (GLA)
- Additional Buyers
- Contact Name
- Mr Tufail Ahmed
- Contact Email
- tufailahmed@tfl.gov.uk
- Contact Phone
- +44 2030549026
Buyer Location
- Locality
- LONDON
- Postcode
- SE1 2AA
- Post Town
- South East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI44 Lewisham and Southwark
- Delivery Location
- Not specified
-
- Local Authority
- Southwark
- Electoral Ward
- London Bridge & West Bermondsey
- Westminster Constituency
- Bermondsey and Old Southwark
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-02f9bb-2021-11-24T14:26:31Z",
"date": "2021-11-24T14:26:31Z",
"ocid": "ocds-h6vhtk-02f9bb",
"description": "The innovation partnership contract, framework agreement and call-off contract will include special conditions relating to performance, which may include economic, innovation-related, environmental, social and/or employment-related considerations. The contracting authorities who may award innovation partnership contracts or who may call-off works contracts under the framework agreement are detailed (and, where applicable, listed) below ('In-Scope Contracting Authorities', each an 'In-Scope Contracting Authority'). Without limiting that, the in-scope contracting authorities include the GLA, the GLA group and all of its subsidiaries/companies (a list of whom is separately available at https://www.london.gov.uk/about-us/how-we-work-london). As referred to in II.2.4), the in-scope contracting authorities also include: -- London Borough of Barking and Dagenham; -- London Borough of Ealing; -- London Borough of Haringey; -- London Borough of Sutton/Sutton Housing Partnership; and -- Nottingham City Council/Nottingham City Homes, along with Bristol City Council; -- City of York Council; -- Great Places Housing Group Ltd; -- Home Group Ltd; -- London Borough of Enfield; -- London Borough of Hammersmith and Fulham; -- London Borough of Lambeth; -- Royal Borough of Kensington and Chelsea; and -- Sanctuary Housing Association. In-scope contracting authorities: Registered social landlords (and any future registered social landlords) in the United Kingdom (UK), current lists of whom are available here: https://www.gov.uk/government/publications/current-registered-providers-of-social-housing https://gov.wales/registered-social-landlords https://www.housingregulator.gov.scot/landlord-performance/landlords http://www.sfha.co.uk/component/option,com_membersdir/Itemid,149/view,membersdir/ https://www.nidirect.gov.uk/contacts/housing-associations Public Sector departments, agencies, public bodies and non-departmental public body (NDPB) in the UK, lists of whom are available here: https://www.gov.uk/government/organisations https://www.nidirect.gov.uk/contacts http://www.scotland.gov.uk/Topics/Government/public-bodies/about/Bodies https://law.gov.wales/constitution-government/government-in-wales/local-gov/local-gov-bodies-wales/?lang=en#/constitution-government/government-in-wales/local-gov/local-gov-bodies-wales/?tab=overview&lang=en Councils in the UK, a list of whom is available here: https://www.local.gov.uk/our-support/guidance-and-resources/communications-support/digital-councils/social-media/go-further/a-z-councils-online https://www.mygov.scot/organisations/#scottish-local-authority https://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland Higher education establishments in the UK, a list of whom is available here: https://get-information-schools.service.gov.uk/Establishments/Search?tok=8TWU87y8 https://www.wales.com/en-us/lifestyle/studying/universities-wales https://www.scotland.org/study/scottish-universities http://apps.education-ni.gov.uk/appinstitutes/default.aspx Police Forces in the UK: http://apccs.police.uk/about-the-apcc/ http://www.scotland.police.uk/your-community/ http://www.psni.police.uk/index.htm Fire and Rescue Services in the UK: http://www.fireservice.co.uk/information/ukfrs http://www.nifrs.org/areas-districts/ http://www.firescotland.gov.uk/your-area.aspx NHS and Health Care Bodies in the UK: https://www.nhs.uk/ServiceDirectories/Pages/NHSTrustListing.aspx https://www.property.nhs.uk/ https://www.scot.nhs.uk/organisations/ http://www.wales.nhs.uk/ourservices/directory http://online.hscni.net/hospitals/health-and-social-care-trusts/ Hospices in the UK: https://www.hospiceuk.org/about-hospice-care/find-a-hospice Third Sector and Charities in the UK: http://www.charitycommission.gov.uk/find-charities/ https://www.oscr.org.uk/about-charities/search-the-register/charity-register-download https://www.charitycommissionni.org.uk/charity-search/?pageNumber=1 The in-scope contracting authorities also include: any corporation established, or a group of individuals appointed to act together, for the specific purpose of meeting needs in the general interest, not having an industrial or commercial character, and (i) financed wholly or mainly by another in-scope contracting authority; (ii) subject to management supervision by another in-scope contracting authority; or (iii) more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, are appointed by another in-scope contracting authority; (iv) an association of or formed by one or more of the in-scope contracting authorities. In each case, subject to an access agreement signed by all relevant parties.",
"initiationType": "tender",
"tender": {
"id": "DN494001",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "GLA 81649 - Retrofit Accelerator for Homes: deep retrofit of domestic properties",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45262640",
"description": "Environmental improvement works"
},
"mainProcurementCategory": "works",
"description": "This procurement process is being managed by Transport for London (\"TfL\") on behalf of the Greater London Authority (\"GLA\"). This process is conducted as an innovation partnership under Regulation 31 of the Public Contracts Regulations 2015. The GLA has identified the need for an innovative solution that cannot be met by what is available on the market: a scaleable performance assured standard \"whole house\" net zero energy (\"NZE\") solution for retrofitting homes at an economic price point. This process aims at the development of that innovative solution; and the subsequent purchase of it under a framework agreement, provided that specified performance levels and maximum costs are met. If successful, the process will: (1) Develop a solution that does not presently exist in the market: (2) Provide an effective route to market for pipeline projects from Housing Providers (as defined in II.2.4); and (3) Develop a robust supply chain to deliver NZE solutions.",
"lots": [
{
"id": "1",
"description": "The \"whole house\" NZE retrofitting of homes referred to in II.1.4 will involve design and installation to meet an outcome-based specification with assured monitored performance. Solutions will require significant improvement in fabric thermal performance, on-site renewable energy generation and heating equipment, as required to achieve annual NZE consumption by some or all of those means. Specified comfort levels have to be achieved with a contractually guaranteed maximum amount of imported grid electricity. Offsite approaches are required, and non-disruptive installation completed in days on-site without residents having to move out. Homes will typically be fully insulated using offsite manufactured integrated fabric solutions, \"energy pods\" providing low-carbon high efficiency heating and hot water, with PV generation. This procurement process commences with a supplier selection questionnaire (\"SSQ\") through which a shortlist of 15 suitably qualified bidders will be generated. Those bidders will progress to the ITT stage. The outcome of the ITT stage of this initial competition will be that (subject to sufficient bidders meeting the stated requirements) 10 providers (\"Solution Providers\") will be identified and selected to appear on a ranking list and participate in the \"IPP Phase\". During the IPP Phase, each Solution Provider appearing on the ranking list will be entitled to develop specific retrofit solutions for defined \"Schemes\" for Housing Providers (as defined below) in 4 sequential stages (summarised below), subject to meeting the contractual conditions for moving to the next stage. Funding contributions will be made in accordance with the relevant contracts to help pay for such development. Schemes will be allocated to Solution Providers in tranches, with the first tranche allocated at the end of the ITT stage. Those Solution Providers who performed best in the initial competition will appear at the top of the ranking list and will have priority of choice in selecting the schemes from the first tranche. For further tranches, a detailed contractual allocation process will apply, again using the original ranking list. For each Scheme, the IPP Phase will involve 4 stages: research and development (design); prototypes (retrofitting of circa 5 to 40 homes); pilot (c. 50 to 100 homes); and commercialise (c. 100 to 250 homes). The precise number of homes will vary between Schemes. Each Solution Provider will enter into an Innovation Partnership Contract with the relevant Housing Provider covering the 4 stages and the performance criteria and financial terms. The final element of the process is the \"Framework Phase\". Solution Providers that have successfully completed all 4 stages of the IPP Phase for a Scheme will, under a Framework Agreement, be entitled to bid, through mini-competitions, for further Schemes involving delivery of a works contract to implement the solutions (including capacity and know how) developed during the IPP Phase. Any In-Scope Contracting Authority (as defined in this notice at VI.3) is entitled to submit a scheme during the IPP Phase and to call-off works contracts during the IPP Phase. A \"Housing Provider\" is defined by the procurement documents as an In-Scope Contracting Authority that releases a scheme during the IPP Phase and/or Framework Phase. The Housing Providers for the first tranche of Schemes during the IPP Phase are currently anticipated to be: London Borough of Barking and Dagenham; London Borough of Ealing; London Borough of Haringey; London Borough of Sutton /Sutton Housing Partnership; and Nottingham City Council / Nottingham City Homes. It is currently anticipated that Housing Providers for further tranches of Schemes during the IPP Phase may include one, some or all of: Bristol City Council; City of York Council; Great Places Housing Group Limited; Home Group Limited; London Borough of Enfield; London Borough of Hammersmith and Fulham; London Borough of Lambeth; Royal Borough of Kensington and Chelsea; and Sanctuary Housing Association. For each contract (both during the IPP Phase and for works contracts awarded during the Framework Phase) the Housing Provider will have the option to appoint the same Solution Provider to perform maintenance and operation services in respect of the retrofitting that is carried out to the relevant homes. The duration comprises: up to 3 years for the IPP Phase; a core term of 4 years for the Framework Agreement; plus an optional extension of up to 3 years (as described in II.2.11). Additional information: The GLA has received grant monies to cover initial set up and professional costs from the ERDF in relation to this procurement. However, no payment to the Solution Provider under any contract that may be awarded under this process is conditional upon ERDF grant being received. The same applies to Housing Providers, who may receive additional grant monies.",
"awardCriteria": {
"criteria": [
{
"name": "Quality is not the only award criterion and all criteria are stated in the procurement documents",
"type": "quality",
"description": "70"
},
{
"type": "price",
"description": "30"
}
]
},
"hasOptions": true,
"options": {
"description": "The Client has an option, exercisable at its sole discretion, to extend the duration of the Framework Agreement for a further period or periods up to a total of 36 months by notice in writing to Solution Providers."
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "09310000",
"description": "Electricity"
},
{
"scheme": "CPV",
"id": "09320000",
"description": "Steam, hot water and associated products"
},
{
"scheme": "CPV",
"id": "09330000",
"description": "Solar energy"
},
{
"scheme": "CPV",
"id": "24962000",
"description": "Water-treatment chemicals"
},
{
"scheme": "CPV",
"id": "31000000",
"description": "Electrical machinery, apparatus, equipment and consumables; lighting"
},
{
"scheme": "CPV",
"id": "38550000",
"description": "Meters"
},
{
"scheme": "CPV",
"id": "38551000",
"description": "Energy meters"
},
{
"scheme": "CPV",
"id": "38554000",
"description": "Electricity meters"
},
{
"scheme": "CPV",
"id": "44111000",
"description": "Building materials"
},
{
"scheme": "CPV",
"id": "44115200",
"description": "Plumbing and heating materials"
},
{
"scheme": "CPV",
"id": "44163000",
"description": "Pipes and fittings"
},
{
"scheme": "CPV",
"id": "44175000",
"description": "Panels"
},
{
"scheme": "CPV",
"id": "44212381",
"description": "Cladding"
},
{
"scheme": "CPV",
"id": "44620000",
"description": "Central-heating radiators and boilers and parts"
},
{
"scheme": "CPV",
"id": "45211000",
"description": "Construction work for multi-dwelling buildings and individual houses"
},
{
"scheme": "CPV",
"id": "45223820",
"description": "Prefabricated units and components"
},
{
"scheme": "CPV",
"id": "45261215",
"description": "Solar panel roof-covering work"
},
{
"scheme": "CPV",
"id": "45262650",
"description": "Cladding works"
},
{
"scheme": "CPV",
"id": "45311000",
"description": "Electrical wiring and fitting work"
},
{
"scheme": "CPV",
"id": "45315000",
"description": "Electrical installation work of heating and other electrical building-equipment"
},
{
"scheme": "CPV",
"id": "45321000",
"description": "Thermal insulation work"
},
{
"scheme": "CPV",
"id": "45331100",
"description": "Central-heating installation work"
},
{
"scheme": "CPV",
"id": "45331110",
"description": "Boiler installation work"
},
{
"scheme": "CPV",
"id": "45421100",
"description": "Installation of doors and windows and related components"
},
{
"scheme": "CPV",
"id": "50411300",
"description": "Repair and maintenance services of electricity meters"
},
{
"scheme": "CPV",
"id": "50532000",
"description": "Repair and maintenance services of electrical machinery, apparatus and associated equipment"
},
{
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
},
{
"scheme": "CPV",
"id": "50720000",
"description": "Repair and maintenance services of central heating"
},
{
"scheme": "CPV",
"id": "51100000",
"description": "Installation services of electrical and mechanical equipment"
},
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
},
{
"scheme": "CPV",
"id": "71314000",
"description": "Energy and related services"
},
{
"scheme": "CPV",
"id": "71400000",
"description": "Urban planning and landscape architectural services"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Innovation partnership",
"techniques": {
"hasFrameworkAgreement": true
},
"coveredBy": [
"GPA"
],
"reviewDetails": "TfL incorporated a standstill period from the point information on the award of the Framework was made to tenderers, commencing on 30/04/2021 and ending on 10/05/2021. The standstill period was for 10 calendar days and provided time for tenderers to challenge the award decision before the Framework was entered into. This Notice provides full information on the award decision."
},
"awards": [
{
"id": "029260-2021-GLA 81649-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-35655",
"name": "ENGIE Regeneration Limited"
},
{
"id": "GB-FTS-35656",
"name": "Geoffrey Osborne Ltd"
},
{
"id": "GB-FTS-35657",
"name": "Mi-space (UK) Limited"
},
{
"id": "GB-FTS-35658",
"name": "United Living (South) Limited"
}
]
}
],
"parties": [
{
"id": "GB-FTS-35654",
"name": "Greater London Authority (GLA)",
"identifier": {
"legalName": "Greater London Authority (GLA)"
},
"address": {
"streetAddress": "City Hall, The Queen's Walk",
"locality": "London",
"region": "UK",
"postalCode": "SE1 2AA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr Tufail Ahmed",
"telephone": "+44 2030549026",
"email": "TufailAhmed@tfl.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.london.gov.uk/",
"buyerProfile": "https://www.london.gov.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "05",
"description": "Environmental protection"
}
]
}
},
{
"id": "GB-FTS-172",
"name": "European Union",
"roles": [
"funder"
]
},
{
"id": "GB-FTS-35655",
"name": "ENGIE Regeneration Limited",
"identifier": {
"legalName": "ENGIE Regeneration Limited"
},
"address": {
"streetAddress": "Q3 Office Quorum Business Park, Benton Lane",
"locality": "Newcastle Upon Tyne",
"region": "UK",
"postalCode": "NE12 8EX",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-35656",
"name": "Geoffrey Osborne Ltd",
"identifier": {
"legalName": "Geoffrey Osborne Ltd"
},
"address": {
"streetAddress": "Fonteyn House, 47-49 London Road, Reigate",
"locality": "Surrey",
"region": "UK",
"postalCode": "RH2 9PY",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-35657",
"name": "Mi-space (UK) Limited",
"identifier": {
"legalName": "Mi-space (UK) Limited"
},
"address": {
"streetAddress": "Midas House, Woodwater Park, Pynes Hill,",
"locality": "Exeter",
"region": "UK",
"postalCode": "EX2 5WS",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-35658",
"name": "United Living (South) Limited",
"identifier": {
"legalName": "United Living (South) Limited"
},
"address": {
"streetAddress": "Media House, Azalea Drive, Swanley",
"locality": "Kent",
"region": "UK",
"postalCode": "BR8 8HU",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-6109",
"name": "HM Courts and Tribunal Service",
"identifier": {
"legalName": "HM Courts and Tribunal Service"
},
"address": {
"streetAddress": "The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-2264",
"name": "Transport for London",
"identifier": {
"legalName": "Transport for London"
},
"address": {
"streetAddress": "5 Endeavour Square",
"locality": "London",
"postalCode": "E20 1JN",
"countryName": "United Kingdom"
},
"roles": [
"mediationBody",
"reviewContactPoint"
]
}
],
"buyer": {
"id": "GB-FTS-35654",
"name": "Greater London Authority (GLA)"
},
"planning": {
"budget": {
"finance": [
{
"id": "1",
"description": "23R17P01743",
"financingParty": {
"name": "European Union",
"id": "GB-FTS-172"
},
"relatedLots": [
"1"
]
}
]
}
},
"contracts": [
{
"id": "029260-2021-GLA 81649-1",
"awardID": "029260-2021-GLA 81649-1",
"status": "active",
"dateSigned": "2021-05-11T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "5",
"measure": "bids",
"relatedLot": "1",
"value": 13
},
{
"id": "6",
"measure": "smeBids",
"relatedLot": "1",
"value": 7
},
{
"id": "7",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "9",
"measure": "electronicBids",
"relatedLot": "1",
"value": 13
},
{
"id": "3",
"measure": "lowestValidBidValue",
"relatedLot": "1",
"value": 1,
"currency": "GBP"
},
{
"id": "4",
"measure": "highestValidBidValue",
"relatedLot": "1",
"value": 10000000000,
"currency": "GBP"
},
{
"id": "1",
"measure": "lowestValidBidValue",
"value": 1,
"currency": "GBP"
},
{
"id": "2",
"measure": "highestValidBidValue",
"value": 10000000000,
"currency": "GBP"
}
]
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:541823-2020:TEXT:EN:HTML"
}
],
"language": "en"
}