{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03352d-2022-05-06T19:50:30+01:00",
    "date": "2022-05-06T19:50:30+01:00",
    "ocid": "ocds-h6vhtk-03352d",
    "initiationType": "tender",
    "tender": {
        "id": "JB/CAS/LCC/20/1183",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Alarm Receiving Centre Service",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "79711000",
            "description": "Alarm-monitoring services"
        },
        "mainProcurementCategory": "services",
        "description": "Provision of alarm receiving services via a central system",
        "value": {
            "amount": 1600000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Provision of alarm receiving services via a central system. The Authority currently monitors * CCTV - 5 systems * Alarms - 1,007 systems Additional information: The contract is to be made available for access by all Public Sector bodies with premises located in the North West of England. Tenderers are to be aware of the potential expansion of this agreement however, for tendering purposes, will be only tendering based on the Authority's own volume.",
                "value": {
                    "amount": 1600000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 3600
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract period is 2 years with the option to extend annually to a maximum of 10 years. Any extension shall be by mutual agreement."
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract period is 2 years with the option to extend annually to a maximum of 10 years. Any extension shall be by mutual agreement."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKD"
                    }
                ],
                "deliveryLocation": {
                    "description": "Services will be performed at the service providers own receiving services, however equipment to be installed throughout the Authority's premises and that of Public Sector bodies within the North West of England that join the contract now and in the future."
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.lancashire.gov.uk/isupplier",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "Refer to the Contract and Specification for further detail",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-07-01T10:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2022-07-01T11:00:00+01:00"
        },
        "bidOpening": {
            "date": "2022-07-01T11:00:00+01:00"
        },
        "hasRecurrence": true
    },
    "parties": [
        {
            "id": "GB-FTS-27528",
            "name": "Lancashire County Council",
            "identifier": {
                "legalName": "Lancashire County Council"
            },
            "address": {
                "streetAddress": "County Hall, PO Box 100",
                "locality": "Preston",
                "region": "UKD",
                "postalCode": "PR1 0LD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "James Bennett & Jig Parmar",
                "telephone": "+44 17725539970",
                "email": "casprocurement@lancashire.gov.uk",
                "url": "https://www.lancashire.gov.uk/isupplier"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "url": "https://www.lancashire.gov.uk/isupplier",
                "buyerProfile": "https://www.lancashire.gov.uk/business/tenders-and-procurement/tenders/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            },
            "additionalContactPoints": [
                {
                    "email": "casprocurement@lancashire.gov.uk"
                }
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-27528",
        "name": "Lancashire County Council"
    },
    "language": "en"
}