{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-029fb4-2021-03-26T12:48:02Z",
    "date": "2021-03-26T12:48:02Z",
    "ocid": "ocds-h6vhtk-029fb4",
    "description": "(MT Ref:222381)",
    "initiationType": "tender",
    "tender": {
        "id": "OP7125",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Planned Fire Safety and Fire Prevention Works Programme",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45343100",
            "description": "Fireproofing work"
        },
        "mainProcurementCategory": "works",
        "description": "The Procurement is in relation to a planned programme of works to return various of the Authority's housing stock to compliance with current (and proposed) Building Regulations in respect of fire safety. The Authority has commissioned a series of Fire Risk Assessments and facade surveys to inform the condition of the stock and the remedial works necessary to return blocks found to be non-compliant to standard.",
        "lots": [
            {
                "id": "1",
                "description": "The Procurement is in relation to a planned programme of works to return various of the Authority's housing stock to compliance with current (and proposed) Building Regulations in respect of fire safety. The appointed Constructor will instruct their specialist architect / designer to conduct surveys and investigations of each block in order to prepare a detailed schedule of works for the Authority's approval. The Constructor will then conduct second stage supply chain tenders against those packages of work in order to appoint the specialist(s) offering the best value for money option. It is expected the Works will be across three classifications: Group A - Specialist works Group B - Typical Remedial Works recommended from Fire Risk Assessments Group C - Discretionary Planned Works",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Project Delivery",
                            "type": "quality",
                            "description": "30 marks"
                        },
                        {
                            "name": "Partnering Team",
                            "type": "quality",
                            "description": "15 marks"
                        },
                        {
                            "name": "Sustainability",
                            "type": "quality",
                            "description": "10 marks"
                        },
                        {
                            "name": "Resident Involvement",
                            "type": "quality",
                            "description": "27.5 marks"
                        },
                        {
                            "name": "Supply Chain Tendering",
                            "type": "quality",
                            "description": "40 marks"
                        },
                        {
                            "name": "Quality Management",
                            "type": "quality",
                            "description": "30 marks"
                        },
                        {
                            "name": "Risk Management",
                            "type": "quality",
                            "description": "10 marks"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "5 marks"
                        },
                        {
                            "name": "Health & Safety",
                            "type": "quality",
                            "description": "5 marks"
                        },
                        {
                            "name": "ICT",
                            "type": "quality",
                            "description": "27.5 marks"
                        },
                        {
                            "type": "price",
                            "description": "200 marks"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45343000",
                        "description": "Fire-prevention installation works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343100",
                        "description": "Fireproofing work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71220000",
                        "description": "Architectural design services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ2"
                    },
                    {
                        "region": "UKJ4"
                    },
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKF"
                    },
                    {
                        "region": "UKG"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "procedure": {
            "isAccelerated": true,
            "acceleratedRationale": "Pursuant to the Prior Information Notice published on 10th June 2020, the Authority has elected and is eligible to apply the Accelerated Procedure. Many of the blocks subject to the Procurement do not comply with current or proposed Building Regulations in respect of fire safety and are currently protected by a 24/7 Waking Watch."
        },
        "coveredBy": [
            "GPA"
        ]
    },
    "awards": [
        {
            "id": "006210-2021-OP7125-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-10304",
                    "name": "ENGIE Regeneration Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-3704",
            "name": "Optivo",
            "identifier": {
                "legalName": "Optivo"
            },
            "address": {
                "streetAddress": "125 High Street",
                "locality": "Croydon",
                "region": "UK",
                "postalCode": "CR0 9XP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 8001216060",
                "email": "procurement@optivo.org.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.optivo.org.uk",
                "buyerProfile": "https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA8521",
                "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-10304",
            "name": "ENGIE Regeneration Limited",
            "identifier": {
                "legalName": "ENGIE Regeneration Limited"
            },
            "address": {
                "streetAddress": "Titan Court, 3 Bishops Square, Hatfield",
                "locality": "Hertfordshire",
                "region": "UK",
                "postalCode": "AL10 9NE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1992650333",
                "faxNumber": "+44 1992650999"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "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"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-3704",
        "name": "Optivo"
    },
    "contracts": [
        {
            "id": "006210-2021-OP7125-1",
            "awardID": "006210-2021-OP7125-1",
            "status": "active",
            "value": {
                "amount": 120000000,
                "currency": "GBP"
            },
            "dateSigned": "2021-03-16T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            }
        ]
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:492021-2020:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}