{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0417a9-2023-11-13T11:26:49Z",
    "date": "2023-11-13T11:26:49Z",
    "ocid": "ocds-h6vhtk-0417a9",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-0417a9",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "320000.00",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79900000",
            "description": "Miscellaneous business and business-related services"
        },
        "mainProcurementCategory": "services",
        "description": "The Department for Transport Central (DfTc) is looking to appoint a supplier to provide workplace assessments and specialised software (which may include bulk licenses) which are outside the remit of standard IT provision for staff and required due to specific disability, medical related condition or need. This includes providing any compatible equipment, relevant advice, coaching or training on the software items provided in scope of this requirement, as well as workplace strategy coaching.",
        "lots": [
            {
                "id": "1",
                "description": "The Department for Transport Central (DfTc) is looking to appoint a supplier to provide workplace assessments and specialised software (which may include bulk licenses) which are outside the remit of standard IT provision for staff and required due to specific disability, medical related condition or need. This includes providing any compatible equipment, relevant advice, coaching or training on the software items provided in scope of this requirement, as well as workplace strategy coaching. The value of the contract will be subject to DfT demand, with no minimum committed spend - but will not exceed PS80,000.00 per annum excl. VAT. The contract will have an initial duration of one year only, from 9 December 2023 to 8 December 2024, but contains provision to extend for a maximum of a further three years, in yearly increments, as specified below: * One year from 09 December 2024 to 07 December 2025; * One year from 08 December 2025 to 06 December 2026; * One year from 07 December 2026 to 05 December 2027",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Process for responding to requests",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Additional support, beyond core requirements",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Processes to maximise value for money",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Virtual/home-based assessment process",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Ability to support nationwide requirements",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Social value - reduction of environmental impact",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Social value - recruitment, training, retention and support of employees",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Indicative total price, based on scenario",
                            "type": "cost",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "The contract will have an initial duration of one year only, from 9 December 2023 to 8 December 2024, but contains provision to extend for a maximum of a further three years, in yearly increments, as specified below: * One year from 09 December 2024 to 07 December 2025; * One year from 08 December 2025 to 06 December 2026; * One year from 07 December 2026 to 05 December 2027"
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "This contract was awarded following an early market engagement exercise, in which suppliers were invited to submit an expression of interest via. a notice on Contracts Finder: https://www.contractsfinder.service.gov.uk/notice/b51a027b-6175-4d78-8963-ffde4a43e0de?origin=SearchResults&p=1 The call for expressions of interest was published on 24 July 2023. Respondents to this call were then invited to submit a tender. A notice was initially omitted because the approved spend on the contract, barring extension options is below the threshold for publication. This voluntary transparency notice aims to remedy, due to the fact that if all extension contracts are utilised, the maximum value of the contract will be PS320,000."
    },
    "awards": [
        {
            "id": "033416-2023-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "hasSubcontracting": true,
            "suppliers": [
                {
                    "id": "GB-FTS-98190",
                    "name": "Bennett Workplace Solutions Ltd"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-98189",
            "name": "Department for Transport",
            "identifier": {
                "legalName": "Department for Transport"
            },
            "address": {
                "streetAddress": "33 Horseferry Rd",
                "locality": "London",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "charles.jansen@dft.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-for-transport",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Transport"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-98190",
            "name": "Bennett Workplace Solutions Ltd",
            "identifier": {
                "legalName": "Bennett Workplace Solutions Ltd"
            },
            "address": {
                "streetAddress": "Bennett House, Viking Street",
                "locality": "Bolton",
                "region": "UK",
                "postalCode": "BL3 2RR",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-6043",
            "name": "Department for Transport",
            "identifier": {
                "legalName": "Department for Transport"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-98189",
        "name": "Department for Transport"
    },
    "contracts": [
        {
            "id": "033416-2023-1",
            "awardID": "033416-2023-1",
            "status": "active",
            "value": {
                "amount": 320000,
                "currency": "GBP"
            },
            "dateSigned": "2023-11-10T00:00:00Z"
        }
    ],
    "language": "en"
}