{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000544035-2019-06-27T00:00:00Z",
    "date": "2019-06-27T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000544035",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-1",
            "name": "The City of Edinburgh Council",
            "identifier": {
                "legalName": "The City of Edinburgh Council"
            },
            "address": {
                "streetAddress": "Waverley Court, 4 East Market Street",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH8 8BG"
            },
            "contactPoint": {
                "name": "Laura Skinner",
                "email": "laura.skinner@edinburgh.gov.uk",
                "telephone": "+44 1314693814",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    }
                ],
                "url": "http://www.edinburgh.gov.uk"
            }
        },
        {
            "id": "org-13",
            "name": "The City of Edinburgh Council",
            "identifier": {
                "legalName": "The City of Edinburgh Council"
            },
            "address": {
                "streetAddress": "Waverley Court, 4 East Market Street",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH8 8BG"
            },
            "contactPoint": {
                "email": "kelly.faulds@edinburgh.gov.uk",
                "telephone": "+44 1314693922",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    }
                ],
                "url": "http://www.edinburgh.gov.uk"
            }
        },
        {
            "id": "org-478",
            "name": "Wheatley Group Ltd - Lowther Homes",
            "identifier": {
                "legalName": "Wheatley Group Ltd - Lowther Homes"
            },
            "address": {
                "streetAddress": "Wheatley House, 25 Cochrane Street",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G1 1HL"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "The City of Edinburgh Council",
        "id": "org-13"
    },
    "tender": {
        "id": "CT2341",
        "title": "Letting, Management & Maintenance Services",
        "description": "The City of Edinburgh Council requires the following services from a single provider in relation to mid market and market rent homes: 1. Letting homes 2. Rent collection 3. Reactive maintenance 4. Factoring 5. Planned maintenance",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "70333000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "75123000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "70000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "70210000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71421000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "70330000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "70300000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90910000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2018-08-01T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-08-01T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUN323698",
                "documentType": "contractNotice",
                "title": "Letting, Management & Maintenance Services",
                "description": "The City of Edinburgh Council requires the following services from a single provider in relation to mid market and market rent homes: 1. Letting homes 2. Rent collection 3. Reactive maintenance 4. Factoring 5. Planned maintenance",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN323698",
                "format": "text/html"
            },
            {
                "id": "JUL358846",
                "documentType": "awardNotice",
                "title": "Letting, Management & Maintenance Services",
                "description": "The City of Edinburgh Council requires the following services from a single provider in relation to mid market and market rent homes: 1. Letting homes 2. Rent collection 3. Reactive maintenance 4. Factoring 5. Planned maintenance",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL358846",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "In September 2015, the City of Edinburgh Council granted approval for officers to work towards establishing Limited Liability Partnerships (LLPs) to acquire and manage housing for market and mid market rent. The Council's role within the LLP is to identify development opportunities, procure finance and homes, procure a management and maintenance provider and run the LLP. The core services that will be required for the operational business are as follows: 1. Letting homes 2. Rent collection 3. Reactive maintenance 4. Planned maintenance Factoring/Landscape Maintenance shall be required for selected developments.. Homes will be released in batches up to a total of 1500 over the six year maximum term and shall typically be new Build.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "In increments up to an additional three years."
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                }
            }
        ],
        "bidOpening": {
            "date": "2018-08-01T12:00:00Z",
            "address": {
                "streetAddress": "Edinburgh"
            },
            "description": "Via PCS-T recorded process."
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "This Contract will contain a Community Benefits Clause"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management - Question 4D.1 - It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition. Part IV: Selection criteria - D: Memberships - It is a mandatory requirement that Tendering Organisations are ARLA Propertymark Protected or follow an equivalent letting code of practice. Organisations must be registered or confirm registration with the Register of Letting Agents in line with the requirements of the Housing Scotland Act (2014) before the commencement of this Contract."
                },
                {
                    "type": "economic",
                    "description": "Part III: Section A, B, C & D Part IV: Selection criteria - B: Economic and financial standing - Question 4B.1 Part IV: Selection criteria - B: Economic and financial standing - Question 4B.4 Part IV: Selection criteria - B: Economic and financial standing - Question 4B.5",
                    "minimum": "Exclusion Grounds Part III: Section A, B, C & D - Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of The Public Contracts (Scotland) Regulations 2015 Part IV: Selection criteria - B: Economic and financial standing - Question 4B.1 - Tenderers are required to have a minimum \"general\" annual turnover of 4.2m GBP for the last three financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Part IV: Selection criteria - B: Economic and financial standing - Question 4B.4 - Tenderers will be required to provide the following information in response to 4B.4: Current ratio for Current Year: 1.10 Current ratio for Prior Year: 1.10 The formula for calculating a Tenderer's current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.10. Where a Tenderer's current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Part IV: Selection criteria - B: Economic and financial standing - Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: a. Employers (Compulsory) Liability Insurance - 10M GBP b. Public Liability Insurance - 10M GBP c. Professional Indemnity - 2M GBP Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2018-12-31T00:00:00Z"
            }
        },
        "classification": {
            "id": "70330000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "The initial term is three years with optional extension period(s) of up to three years. Should the full extension period be taken then further Contract notices will be advertised in late 2023/early 2024"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 124-282280"
        }
    ],
    "description": "(SC Ref:589179)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000544035"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000544035"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "CT2341",
            "suppliers": [
                {
                    "id": "org-478",
                    "name": "Wheatley Group Ltd - Lowther Homes"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "CT2341",
            "awardID": "CT2341",
            "status": "active",
            "value": {
                "amount": 3200000,
                "currency": "GBP"
            },
            "dateSigned": "2019-01-16T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "522",
                "measure": "bids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "523",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    }
}