{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03171e-2022-06-23T12:16:30+01:00",
    "date": "2022-06-23T12:16:30+01:00",
    "ocid": "ocds-h6vhtk-03171e",
    "description": "This tendering exercise is being undertaken using the electronic tendering system 'capitalEsourcing' (www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate and registration is free. The estimated value given at II.2.6) is for the full duration of the contract excluding the maximum possible extensions. The estimated annual contract value is therefore PS600,000",
    "initiationType": "tender",
    "tender": {
        "id": "prj_COL_20062",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Salisbury Square Development (SSD) Compliance Monitoring Team",
        "status": "unsuccessful",
        "classification": {
            "scheme": "CPV",
            "id": "71245000",
            "description": "Approval plans, working drawings and specifications"
        },
        "mainProcurementCategory": "services",
        "description": "The City invites Bidders to submit a Selection Questionnaire for the provision of a compliance monitoring team (CMT) for the Salisbury Square Development (SSD) project.",
        "value": {
            "amount": 3000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The CMT will review Contractor's design documents for compliance against the agreed Employer's Requirements (ERs) upon which the contract between the Contractor and the Employer is based. The CMT shall be provided to the employer independently and/or without assistance from other design team members who maybe novated to the contractor. The CMT will attend site on a regular basis to inspect the works for general compliance with the Employer's Requirements and the quality of the installation. The Employer and other specialist consultants engaged by the Employer separately (e.g. Security and waterproofing concrete specialists) will also review and comment on compliance of the contractors design information and works undertaken and shall be treated as part of the project CMT. The CMT to be procured under this ITT will include the following members: * Architect * Civil & Structural Engineer * Building Services Engineer",
                "value": {
                    "amount": 3000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2520
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 6,
                    "maximumCandidates": 6
                },
                "selectionCriteria": {
                    "description": "As stated in the procurement documents"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "options": {
                    "description": "The duration of the contract is 5 years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 2 years. The maximum length of the contract is therefore 7 years."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "name": "Commercial",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71240000",
                        "description": "Architectural, engineering and planning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71248000",
                        "description": "Supervision of project and documentation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71520000",
                        "description": "Construction supervision services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "http://www.capitalesourcing.com",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "As stated in the procurement documents",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "As stated in the procurement documents",
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-03-17T12:00:00Z"
        },
        "secondStage": {
            "invitationDate": "2022-04-11T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-135",
            "name": "City of London Corporation",
            "identifier": {
                "legalName": "City of London Corporation"
            },
            "address": {
                "streetAddress": "Guildhall",
                "locality": "London",
                "region": "UKI",
                "postalCode": "EC2P 2EJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2076063030",
                "email": "James.Carter@cityoflondon.gov.uk",
                "url": "http://www.capitalesourcing.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.cityoflondon.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-3937",
            "name": "High Court of England and Wales",
            "identifier": {
                "legalName": "High Court of England and Wales"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, The Strand",
                "locality": "London",
                "postalCode": "WC1A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        },
        {
            "id": "GB-FTS-137",
            "name": "Cabinet Office",
            "identifier": {
                "legalName": "Cabinet Office"
            },
            "address": {
                "streetAddress": "70 Whitehall",
                "locality": "London",
                "postalCode": "SW1A 2AS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-135",
        "name": "City of London Corporation"
    },
    "language": "en",
    "awards": [
        {
            "id": "017175-2022-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Salisbury Square Development (SSD) Compliance Monitoring Team",
            "status": "unsuccessful",
            "statusDetails": "unsuccessful"
        }
    ]
}