Tender

2223-0342 -Parking enforcement, cashless parking and associated services

ISLINGTON COUNCIL

This public procurement record has 1 release in its history.

Tender

30 Aug 2024 at 14:30

Summary of the contracting process

Islington Council has initiated a public procurement process to consolidate several parking service contracts into a single contract titled "2223-0342 - Parking enforcement, cashless parking and associated services." The contract encompasses various service categories, including on-street and ANPR CCTV mobile enforcement, cashless parking, business processing (printing, posting, and scanning), vehicle removals, pound services, and complaint handling. The planned contract will run from 1 April 2025, for an initial duration of 48 months, with options to extend up to a total of 120 months. The procurement method is an open procedure, and the deadline for tender submissions is 30 September 2024.

This tender presents numerous opportunities for businesses specialising in parking enforcement services, technology solutions, and business processing operations. Companies experienced in Civil Enforcement Officer patrols, CCTV enforcement, electronic payment systems, and document management would be well-positioned to compete. Additionally, businesses with capabilities in vehicle removals and complaints handling can also find significant opportunities. Given the focus on high-quality service delivery and the emphasis on social value and innovation, investing in this tender can enable businesses to expand their market presence and contribute to local policy objectives such as climate change mitigation, improved air quality, and liveable neighbourhoods.

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

2223-0342 -Parking enforcement, cashless parking and associated services

Notice Description

This contract opportunity is an alignment of a number of existing parking service contracts that are due to expire on 31 March 2025. The new single contract being advertised includes On-Street and ANPR CCTV mobile enforcement, Cashless Parking, Business Processing - Printing, Posting and Scanning, Pound and Removal, and Complaints Handling. 1.1 Services to be delivered The Authority requires the Bidder to provide the services listed below, which will be evaluated as part of the Bidders Tender with the exception of Resilience Services: Civil Enforcement Officer (CEO) and CCTV Enforcement This element of the service includes on-street enforcement undertaken by Civil Enforcement Officers patrolling the street on foot and using appropriate vehicles to ensure Parking Restrictions are enforced 24 hours a day including bank holiday and special events taking place at the Arsenal Football Stadium. The contract requires CCTV Clip Processing to take place to identify Moving Traffic and Bus Lane contraventions and subsequently the issuance of valid Penalty Charge Notices. The Authority currently issues approximately 400,000 PCNs per year with an estimated 200,000 being issued by Civil Enforcement Officers, and an estimated 200,000 which were captured by CCTV. Cashless Parking Services The Authority requires a high-quality Cashless Parking Service, this will include electronic short stay purchases of kerbside parking permits and visitor vouchers. The Authority's charging structure is based on vehicle CO2 emissions. There are approximately 1.4 million transactions taking place annually. Printing, posting and scanning services The Authority requires a solution for the printing and posting of statutory and other related documentation along with the scanning and indexing of incoming correspondence not received via our dedicated IT systems. There are approximately 500,000 letters that are printed and posted annually and an estimated 50,000 items for scanning and indexing. Vehicle removals and pound The Authority requires the provision of removal trucks, clamping services and a pound facility to conduct relocations and removal of vehicles identified as persistent evaders and vehicles causing an obstruction on the public highway. There is an estimated 1200 relocations and 300 vehicles removed to the pound annually. Complaints Handling The contract requires the successful Bidder to be responsible for managing the first line of complaints related the services being delivered. Resilience Services There is also a requirement to deliver a resilience service upon request by the Authority, for services usually undertaken in house. This includes but not limited to; notice and debt processing, suspensions, sign and line maintenance and business intelligence. 1.2 Additional Goods and Services During the term of the contract, with no obligation on the Authority to proceed with any or all of these options, the Authority may require the Bidder to purchase on the Authority's behalf other services, including but not limited to; * A parking management and processing IT system * Purchase of additional CCTV cameras 1.3 Accommodation The Authority will supply three premises for the Bidder to operate from, which the Authority reserves the ability to change the location and number premises during the term of the contract. These premises are currently used by the incumbent for the delivery of all enforcement services within the borough.

Lot Information

Lot 1

1 Background This contract opportunity is an alignment of a number of existing parking service contracts that are due to expire on 31 March 2025. The new single contract being advertised includes On-Street and ANPR CCTV mobile enforcement, Cashless Parking, Business Processing - Printing, Posting and Scanning, Pound and Removal, and Complaints Handling. The Authority is committed to delivering these services to the highest standards at the most economically advantageous price. The contract will include a number of Key Performance Indicators and monitoring mechanisms to ensure the effective delivery of these services. The Authority will deliver these services to achieve its policy objectives including responding to climate change/net zero carbon objectives, cleaner air, reducing traffic and emissions and creating liveable neighbourhoods, keeping cycle and bus lanes free and ensuring emergency corridors are kept clear. There are strict controls linked to any income to the Authority generated by the contract meaning it can only be spent on improving transport and environmental services. Key policy objectives set out in the Authority's Vision 2030 Strategy and Transport Strategy 2020 - 2041 relevant to the contract include: * Reduce the volume and proportion of trips made by motor vehicles in Islington. * Reduce carbon emissions by encouraging walking and cycling and transforming the borough's streets. * Improve local air quality by reducing transport-related pollutants that are harmful to health and the environment. * Reduce transport-related pollution including noise, light and vibration and associated negative health and environmental impacts particularly in sensitive locations. * Ensure that new developments reduce the need to travel and are car-free. * Encourage residents and businesses to switch to low emissions vehicles. * Excellent Customer Service * Ease of use to service (cashless payments) The Authority's strategic priorities that the contract will contribute to are: * Local jobs and businesses in a thriving local economy, we will be involving community and resident engagement teams. * We are driven by delivering impact. * We work in partnership. 1.1 Services to be delivered The Authority requires the Bidder to provide the services listed below, which will be evaluated as part of the Bidders Tender with the exception of Resilience Services: Civil Enforcement Officer (CEO) and CCTV Enforcement This element of the service includes on-street enforcement undertaken by Civil Enforcement Officers patrolling the street on foot and using appropriate vehicles to ensure Parking Restrictions are enforced 24 hours a day including bank holiday and special events taking place at the Arsenal Football Stadium. The contract requires CCTV Clip Processing to take place to identify Moving Traffic and Bus Lane contraventions and subsequently the issuance of valid Penalty Charge Notices. The Authority currently issues approximately 400,000 PCNs per year with an estimated 200,000 being issued by Civil Enforcement Officers, and an estimated 200,000 which were captured by CCTV. Cashless Parking Services The Authority requires a high-quality Cashless Parking Service, this will include electronic short stay purchases of kerbside parking permits and visitor vouchers. The Authority's charging structure is based on vehicle CO2 emissions. There are approximately 1.4 million transactions taking place annually. Printing, posting and scanning services The Authority requires a solution for the printing and posting of statutory and other related documentation along with the scanning and indexing of incoming correspondence not received via our dedicated IT systems. There are approximately 500,000 letters that are printed and posted annually and an estimated 50,000 items for scanning and indexing. Vehicle removals and pound The Authority requires the provision of removal trucks, clamping services and a pound facility to conduct relocations and removal of vehicles identified as persistent evaders and vehicles causing an obstruction on the public highway. There is an estimated 1200 relocations and 300 vehicles removed to the pound annually. Complaints Handling The contract requires the successful Bidder to be responsible for managing the first line of complaints related the services being delivered. Resilience Services There is also a requirement to deliver a resilience service upon request by the Authority, for services usually undertaken in house. This includes but not limited to; notice and debt processing, suspensions, sign and line maintenance and business intelligence. 1.2 Additional Goods and Services During the term of the contract, with no obligation on the Authority to proceed with any or all of these options, the Authority may require the Bidder to purchase on the Authority's behalf other services, including but not limited to; * A parking management and processing IT system * Purchase of additional CCTV cameras 1.3 Accommodation The Authority will supply three premises for the Bidder to operate from, which the Authority reserves the ability to change the location and number premises during the term of the contract. These premises are currently used by the incumbent for the delivery of all enforcement services within the borough. 2 TUPE [Transfer of Undertakings (Protection of Employment) Regulations] Potential providers must be aware that TUPE will apply to this service. Further details will be available in the invitation to tender. 3 Contract Period The initial duration of the contract will be 48 months from an estimated start date of 1 April 2025 with an option to extend for a further 48 months and a final option to extend for a further 24 months. (Maximum of 120 months). 4 Contract Value The estimated total value of this contract is PS132,560,369 over the maximum 120 months. This is based on an estimated PS9.2 million per annum to which interest on an annual basis will be applied. However, the Authority expects the bids received will be lower than the estimated value. This figure does not include resilience and additional goods and services shown above, which the Authority may utilise during this contract. 5 Award Criteria The contract will be awarded to the Most Economically Advantageous Tender (MEAT) in accordance with the Public Contracts Regulations 2015. MEAT for this contract is Quality 60% and Cost 40%. Tender submissions will be subject to minimum quality thresholds, further details will be provided in the procurement documents. * Cost 40% * Quality 60% The 40% Price element will be evaluated by the Schedule of Rates. For further information please see ITT 02a Schedule of Rates Guidance document. The 60% Quality Element comprises of: a) Social Value - which equates to 20%, this will be evaluated by the Social Value Calculator and Method Statement SV1. For further information please see ITT 01b Social Value Information and Guidance. b) Method Statements - which equates to 40%, this will be evaluated as set out in section 4a in the ITT 01 Return. For further information please see the ITT 00 Guidance. Total 100% Tenderers should be aware that we reserve the right to hold presentations and/or interviews during the tender process. Presentations and/or interviews will be for verification/clarification purposes of the written submission. We reserve the right to interview leading bidders. 6 Procurement Process As the value of the contract is above the threshold for wider advertising of the opportunity, a Contract Notice will be published on Contracts Finder and Find a Tender Service. This contract will be procured using the Open Procedure. The Open Procedure means that all bidders who successfully express an interest will automatically be invited to tender and have access to the tender documents. Those who submit a tender and meet the minimum requirements will have their full tender, method statements and pricing evaluated. 7 How to express an interest If you wish to apply for this contract opportunity please follow these steps: * Register your company free of charge via the London Tenders Portal * When you receive an email confirming your username and password use these to log on to the London Tenders Portal and express your interest in 2223-0342, Parking enforcement, cashless parking and associated services. 63712400 (Parking Services) 98351110 (Parking Enforcement Services) * Shortly after you have expressed interest, you will receive a second email containing a link to access the procurement documents. All questions relating to this contract opportunity should be raised via the Messages section of the relevant contract on the London Tenders Portal. Please do not contact any officer of the council directly.

Renewal: The initial duration of the contract will be 48 months from an estimated start date of 1 April 2025 with an option to extend for a further 48 months and a final option to extend for a further 24 months. (Maximum of 120 months).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0496e5
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/027797-2024
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

63 - Supporting and auxiliary transport services; travel agencies services

98 - Other community, social and personal services


CPV Codes

63712400 - Parking services

98351110 - Parking enforcement services

Notice Value(s)

Tender Value
£132,560,369 £100M-£1B
Lots Value
£132,560,369 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
30 Aug 20241 years ago
Submission Deadline
30 Sep 2024Expired
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
ISLINGTON COUNCIL
Contact Name
Not specified
Contact Email
procurement@islington.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
N1 2UD
Post Town
North 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
TLI London

Local Authority
Islington
Electoral Ward
St Mary's & St James'
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-0496e5-2024-08-30T15:30:04+01:00",
    "date": "2024-08-30T15:30:04+01:00",
    "ocid": "ocds-h6vhtk-0496e5",
    "initiationType": "tender",
    "tender": {
        "id": "DN740608",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "2223-0342 -Parking enforcement, cashless parking and associated services",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "63712400",
            "description": "Parking services"
        },
        "mainProcurementCategory": "services",
        "description": "This contract opportunity is an alignment of a number of existing parking service contracts that are due to expire on 31 March 2025. The new single contract being advertised includes On-Street and ANPR CCTV mobile enforcement, Cashless Parking, Business Processing - Printing, Posting and Scanning, Pound and Removal, and Complaints Handling. 1.1 Services to be delivered The Authority requires the Bidder to provide the services listed below, which will be evaluated as part of the Bidders Tender with the exception of Resilience Services: Civil Enforcement Officer (CEO) and CCTV Enforcement This element of the service includes on-street enforcement undertaken by Civil Enforcement Officers patrolling the street on foot and using appropriate vehicles to ensure Parking Restrictions are enforced 24 hours a day including bank holiday and special events taking place at the Arsenal Football Stadium. The contract requires CCTV Clip Processing to take place to identify Moving Traffic and Bus Lane contraventions and subsequently the issuance of valid Penalty Charge Notices. The Authority currently issues approximately 400,000 PCNs per year with an estimated 200,000 being issued by Civil Enforcement Officers, and an estimated 200,000 which were captured by CCTV. Cashless Parking Services The Authority requires a high-quality Cashless Parking Service, this will include electronic short stay purchases of kerbside parking permits and visitor vouchers. The Authority's charging structure is based on vehicle CO2 emissions. There are approximately 1.4 million transactions taking place annually. Printing, posting and scanning services The Authority requires a solution for the printing and posting of statutory and other related documentation along with the scanning and indexing of incoming correspondence not received via our dedicated IT systems. There are approximately 500,000 letters that are printed and posted annually and an estimated 50,000 items for scanning and indexing. Vehicle removals and pound The Authority requires the provision of removal trucks, clamping services and a pound facility to conduct relocations and removal of vehicles identified as persistent evaders and vehicles causing an obstruction on the public highway. There is an estimated 1200 relocations and 300 vehicles removed to the pound annually. Complaints Handling The contract requires the successful Bidder to be responsible for managing the first line of complaints related the services being delivered. Resilience Services There is also a requirement to deliver a resilience service upon request by the Authority, for services usually undertaken in house. This includes but not limited to; notice and debt processing, suspensions, sign and line maintenance and business intelligence. 1.2 Additional Goods and Services During the term of the contract, with no obligation on the Authority to proceed with any or all of these options, the Authority may require the Bidder to purchase on the Authority's behalf other services, including but not limited to; * A parking management and processing IT system * Purchase of additional CCTV cameras 1.3 Accommodation The Authority will supply three premises for the Bidder to operate from, which the Authority reserves the ability to change the location and number premises during the term of the contract. These premises are currently used by the incumbent for the delivery of all enforcement services within the borough.",
        "value": {
            "amount": 132560369,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "1 Background This contract opportunity is an alignment of a number of existing parking service contracts that are due to expire on 31 March 2025. The new single contract being advertised includes On-Street and ANPR CCTV mobile enforcement, Cashless Parking, Business Processing - Printing, Posting and Scanning, Pound and Removal, and Complaints Handling. The Authority is committed to delivering these services to the highest standards at the most economically advantageous price. The contract will include a number of Key Performance Indicators and monitoring mechanisms to ensure the effective delivery of these services. The Authority will deliver these services to achieve its policy objectives including responding to climate change/net zero carbon objectives, cleaner air, reducing traffic and emissions and creating liveable neighbourhoods, keeping cycle and bus lanes free and ensuring emergency corridors are kept clear. There are strict controls linked to any income to the Authority generated by the contract meaning it can only be spent on improving transport and environmental services. Key policy objectives set out in the Authority's Vision 2030 Strategy and Transport Strategy 2020 - 2041 relevant to the contract include: * Reduce the volume and proportion of trips made by motor vehicles in Islington. * Reduce carbon emissions by encouraging walking and cycling and transforming the borough's streets. * Improve local air quality by reducing transport-related pollutants that are harmful to health and the environment. * Reduce transport-related pollution including noise, light and vibration and associated negative health and environmental impacts particularly in sensitive locations. * Ensure that new developments reduce the need to travel and are car-free. * Encourage residents and businesses to switch to low emissions vehicles. * Excellent Customer Service * Ease of use to service (cashless payments) The Authority's strategic priorities that the contract will contribute to are: * Local jobs and businesses in a thriving local economy, we will be involving community and resident engagement teams. * We are driven by delivering impact. * We work in partnership. 1.1 Services to be delivered The Authority requires the Bidder to provide the services listed below, which will be evaluated as part of the Bidders Tender with the exception of Resilience Services: Civil Enforcement Officer (CEO) and CCTV Enforcement This element of the service includes on-street enforcement undertaken by Civil Enforcement Officers patrolling the street on foot and using appropriate vehicles to ensure Parking Restrictions are enforced 24 hours a day including bank holiday and special events taking place at the Arsenal Football Stadium. The contract requires CCTV Clip Processing to take place to identify Moving Traffic and Bus Lane contraventions and subsequently the issuance of valid Penalty Charge Notices. The Authority currently issues approximately 400,000 PCNs per year with an estimated 200,000 being issued by Civil Enforcement Officers, and an estimated 200,000 which were captured by CCTV. Cashless Parking Services The Authority requires a high-quality Cashless Parking Service, this will include electronic short stay purchases of kerbside parking permits and visitor vouchers. The Authority's charging structure is based on vehicle CO2 emissions. There are approximately 1.4 million transactions taking place annually. Printing, posting and scanning services The Authority requires a solution for the printing and posting of statutory and other related documentation along with the scanning and indexing of incoming correspondence not received via our dedicated IT systems. There are approximately 500,000 letters that are printed and posted annually and an estimated 50,000 items for scanning and indexing. Vehicle removals and pound The Authority requires the provision of removal trucks, clamping services and a pound facility to conduct relocations and removal of vehicles identified as persistent evaders and vehicles causing an obstruction on the public highway. There is an estimated 1200 relocations and 300 vehicles removed to the pound annually. Complaints Handling The contract requires the successful Bidder to be responsible for managing the first line of complaints related the services being delivered. Resilience Services There is also a requirement to deliver a resilience service upon request by the Authority, for services usually undertaken in house. This includes but not limited to; notice and debt processing, suspensions, sign and line maintenance and business intelligence. 1.2 Additional Goods and Services During the term of the contract, with no obligation on the Authority to proceed with any or all of these options, the Authority may require the Bidder to purchase on the Authority's behalf other services, including but not limited to; * A parking management and processing IT system * Purchase of additional CCTV cameras 1.3 Accommodation The Authority will supply three premises for the Bidder to operate from, which the Authority reserves the ability to change the location and number premises during the term of the contract. These premises are currently used by the incumbent for the delivery of all enforcement services within the borough. 2 TUPE [Transfer of Undertakings (Protection of Employment) Regulations] Potential providers must be aware that TUPE will apply to this service. Further details will be available in the invitation to tender. 3 Contract Period The initial duration of the contract will be 48 months from an estimated start date of 1 April 2025 with an option to extend for a further 48 months and a final option to extend for a further 24 months. (Maximum of 120 months). 4 Contract Value The estimated total value of this contract is PS132,560,369 over the maximum 120 months. This is based on an estimated PS9.2 million per annum to which interest on an annual basis will be applied. However, the Authority expects the bids received will be lower than the estimated value. This figure does not include resilience and additional goods and services shown above, which the Authority may utilise during this contract. 5 Award Criteria The contract will be awarded to the Most Economically Advantageous Tender (MEAT) in accordance with the Public Contracts Regulations 2015. MEAT for this contract is Quality 60% and Cost 40%. Tender submissions will be subject to minimum quality thresholds, further details will be provided in the procurement documents. * Cost 40% * Quality 60% The 40% Price element will be evaluated by the Schedule of Rates. For further information please see ITT 02a Schedule of Rates Guidance document. The 60% Quality Element comprises of: a) Social Value - which equates to 20%, this will be evaluated by the Social Value Calculator and Method Statement SV1. For further information please see ITT 01b Social Value Information and Guidance. b) Method Statements - which equates to 40%, this will be evaluated as set out in section 4a in the ITT 01 Return. For further information please see the ITT 00 Guidance. Total 100% Tenderers should be aware that we reserve the right to hold presentations and/or interviews during the tender process. Presentations and/or interviews will be for verification/clarification purposes of the written submission. We reserve the right to interview leading bidders. 6 Procurement Process As the value of the contract is above the threshold for wider advertising of the opportunity, a Contract Notice will be published on Contracts Finder and Find a Tender Service. This contract will be procured using the Open Procedure. The Open Procedure means that all bidders who successfully express an interest will automatically be invited to tender and have access to the tender documents. Those who submit a tender and meet the minimum requirements will have their full tender, method statements and pricing evaluated. 7 How to express an interest If you wish to apply for this contract opportunity please follow these steps: * Register your company free of charge via the London Tenders Portal * When you receive an email confirming your username and password use these to log on to the London Tenders Portal and express your interest in 2223-0342, Parking enforcement, cashless parking and associated services. 63712400 (Parking Services) 98351110 (Parking Enforcement Services) * Shortly after you have expressed interest, you will receive a second email containing a link to access the procurement documents. All questions relating to this contract opportunity should be raised via the Messages section of the relevant contract on the London Tenders Portal. Please do not contact any officer of the council directly.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "20"
                        },
                        {
                            "name": "The quality of on-street enforcement operations, including CCTV clip review",
                            "type": "quality",
                            "description": "25"
                        },
                        {
                            "name": "Quality and functionality of cashless parking",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Quality of business processes (printing, scanning and posting)",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 132560369,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial duration of the contract will be 48 months from an estimated start date of 1 April 2025 with an option to extend for a further 48 months and a final option to extend for a further 24 months. (Maximum of 120 months)."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "98351110",
                        "description": "Parking enforcement services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://procontract.due-north.com/Advert/Index?advertId=38b69b28-ba66-ef11-812e-005056b64545",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2024-09-30T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2024-09-30T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2024-09-30T12:00:00+01:00"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-123111",
            "name": "Islington Council",
            "identifier": {
                "legalName": "Islington Council"
            },
            "address": {
                "streetAddress": "Islington Town Hall, Upper Street",
                "locality": "London",
                "region": "UKI",
                "postalCode": "N1 2UD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@islington.gov.uk",
                "url": "https://procontract.due-north.com/Advert/Index?advertId=38b69b28-ba66-ef11-812e-005056b64545"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.islington.gov.uk/",
                "buyerProfile": "http://www.islington.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-3675",
            "name": "Islington Council",
            "identifier": {
                "legalName": "Islington Council"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-123111",
        "name": "Islington Council"
    },
    "language": "en"
}