Deactivated users is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Asbestos Services and Works Framework |
Notice type: | Contract Notice |
Authority: | Deactivated users |
Nature of contract: | Works |
Procedure: | Negotiated |
Short Description: | The Metropolitan Thames Valley Housing group (MTVH) proposes to enter into a Framework Agreement for Asbestos services and works. The Framework covers; Asbestos removal works and Asbestos surveys & air monitoring. It is divided into six Lots as detailed in this notice. Contractors may bid for and be appointed to the Framework for one Lot only. |
Published: | 01/03/2019 12:02 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Metropolitan Housing Trust Limited
The Grange, 100 High Street, London, N14 6PW, United Kingdom
Email: John.wallace@metropolitan.org.uk
Contact: John Wallace
Main Address: www.metropolitan.org.uk, Address of the buyer profile: www.metropolitan.org.uk
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided (n/a)
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Asbestos-removal-work./BYQ72QPB55
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Asbestos Services and Works Framework
Reference Number: Not provided
II.1.2) Main CPV Code:
45262660 - Asbestos-removal work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The Metropolitan Thames Valley Housing group (MTVH) proposes to enter into a Framework Agreement for Asbestos services and works. The Framework covers; Asbestos removal works and Asbestos surveys & air monitoring. It is divided into six Lots as detailed in this notice. Contractors may bid for and be appointed to the Framework for one Lot only.
II.1.5) Estimated total value:
Value excluding VAT: 3,491,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: One lot only
Maximum number of lots that may be awarded to one tenderer: 1
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Contractors may only be awarded one Call-Off Contract under the Framework.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot One- Asbestos Removal Works (South London)
Lot No: 1
II.2.2) Additional CPV codes:
45262660 - Asbestos-removal work.
90650000 - Asbestos removal services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: To undertake approved non-licensed and licensed controlled Asbestos removal works, approved controlled emergency asbestos removal and/or remedial works, approved controlled asbestos encapsulation/ containment and labelling, preparation and issue of associated notifications. This Lot relates to all stock within the MTVH South London region.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 733,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 9
Objective criteria for choosing the limited number of candidates: As detailed in the procurement documents.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: It is intended that each Call-off Contract will be for an initial period of five years with the option to extend by up to two years (a total duration of seven years). The Call-off Contract may therefore run beyond the four year duration of the Framework Agreement. Estimated values are based on the maximum seven year duration.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: You may only bid for one Lot.Lot limitation applies to the supplier and its sub-contractors and group companies. It is not permissible for a supplier to bid for one Lot and one of its group companies to bid for another Lot.If the supplier intends to use a sub-contractor to deliver its services/works,that sub-contractor must not bid for any other Lot.See procurement documents for more information.
II.2) Description Lot No. 2
II.2.1) Title: Lot Two - Asbestos Removal Works (North London)
Lot No: 2
II.2.2) Additional CPV codes:
45262660 - Asbestos-removal work.
90650000 - Asbestos removal services.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: To undertake approved non-licensed and licensed controlled Asbestos removal works, approved controlled emergency asbestos removal and/or remedial works, approved controlled asbestos encapsulation/ containment and labelling, preparation and issue of associated notifications. This Lot relates to all stock within the MTVH North London.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1,300,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 9
Objective criteria for choosing the limited number of candidates: As detailed in the procurement documents.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: It is intended that each Call-off Contract will be for an initial period of five years with the option to extend by up to two years (a total duration of seven years). The Call-off Contract may therefore run beyond the four year duration of the Framework Agreement. Estimated values are based on the maximum seven year duration.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: You may only bid for one Lot.Lot limitation applies to the supplier and its sub-contractors and group companies. It is not permissible for a supplier to bid for one Lot and one of its group companies to bid for another Lot.If the supplier intends to use a sub-contractor to deliver its services/works,that sub-contractor must not bid for any other Lot.See procurement documents for more information.
II.2) Description Lot No. 3
II.2.1) Title: Lot Three- Asbestos Removal Works (East Midlands & East Anglia)
Lot No: 3
II.2.2) Additional CPV codes:
45262660 - Asbestos-removal work.
90650000 - Asbestos removal services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: To undertake approved non-licensed and licensed controlled Asbestos removal works, approved controlled emergency asbestos removal and/or remedial works, approved controlled asbestos encapsulation/ containment and labelling, preparation and issue of associated notifications. This Lot relates to all stock within the MTVH East Midlands & East Anglia region.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 375,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 9
Objective criteria for choosing the limited number of candidates: As detailed in the procurement documents.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: It is intended that each Call-off Contract will be for an initial period of five years with the option to extend by up to two years (a total duration of seven years). The Call-off Contract may therefore run beyond the four year duration of the Framework Agreement. Estimated values are based on the maximum seven year duration.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: You may only bid for one Lot.Lot limitation applies to the supplier and its sub-contractors and group companies. It is not permissible for a supplier to bid for one Lot and one of its group companies to bid for another Lot.If the supplier intends to use a sub-contractor to deliver its services/works,that sub-contractor must not bid for any other Lot.See procurement documents for more information.
II.2) Description Lot No. 4
II.2.1) Title: Lot Four - Asbestos Surveys & Air Monitoring (South London)
Lot No: 4
II.2.2) Additional CPV codes:
71630000 - Technical inspection and testing services.
90711100 - Risk or hazard assessment other than for construction.
71317210 - Health and safety consultancy services.
71315300 - Building surveying services.
90731800 - Airborne particle monitoring.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: To undertake approved asbestos management surveys, approved asbestos refurbishment & demolition surveys and provide emergency response services for ad-hoc material sampling, testing and submission of results. Undertake independent approved asbestos air monitoring services and submission of certification. This Lot relates to all stock within the MTVH South London region.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 208,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates: As detailed in the procurement documents.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: It is intended that each Call-off Contract will be for an initial period of five years with the option to extend by up to two years (a total duration of seven years). The Call-off Contract may therefore run beyond the four year duration of the Framework Agreement. Estimated values are based on the maximum seven year duration.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: You may only bid for one Lot.Lot limitation applies to the supplier and its sub-contractors and group companies. It is not permissible for a supplier to bid for one Lot and one of its group companies to bid for another Lot.If the supplier intends to use a sub-contractor to deliver its services/works,that sub-contractor must not bid for any other Lot.See procurement documents for more information.
II.2) Description Lot No. 5
II.2.1) Title: Lot Five - Asbestos Surveys & Air Monitoring (North London)
Lot No: 5
II.2.2) Additional CPV codes:
71630000 - Technical inspection and testing services.
90711100 - Risk or hazard assessment other than for construction.
71317210 - Health and safety consultancy services.
71315300 - Building surveying services.
90731800 - Airborne particle monitoring.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: To undertake approved asbestos management surveys, approved asbestos refurbishment & demolition surveys and provide emergency response services for ad-hoc material sampling, testing and submission of results. Undertake independent approved asbestos air monitoring services and submission of certification. This Lot relates to all stock within the MTVH North London region.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 333,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates: As detailed in the procurement documents.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: It is intended that each Call-off Contract will be for an initial period of five years with the option to extend by up to two years (a total duration of seven years). The Call-off Contract may therefore run beyond the four year duration of the Framework Agreement. Estimated values are based on the maximum seven year duration.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: You may only bid for one Lot.Lot limitation applies to the supplier and its sub-contractors and group companies. It is not permissible for a supplier to bid for one Lot and one of its group companies to bid for another Lot.If the supplier intends to use a sub-contractor to deliver its services/works,that sub-contractor must not bid for any other Lot.See procurement documents for more information.
II.2) Description Lot No. 6
II.2.1) Title: Lot Six - Asbestos Surveys & Air Monitoring (East Midlands & East Anglia)
Lot No: 6
II.2.2) Additional CPV codes:
71630000 - Technical inspection and testing services.
90711100 - Risk or hazard assessment other than for construction.
71317210 - Health and safety consultancy services.
71315300 - Building surveying services.
90731800 - Airborne particle monitoring.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: To undertake approved asbestos management surveys, approved asbestos refurbishment & demolition surveys and provide emergency response services for ad-hoc material sampling, testing and submission of results. Undertake independent approved asbestos air monitoring services and submission of certification. This Lot relates to all stock within the MTVH East Midlands & East Anglia region.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 542,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates: As detailed in the procurement documents.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: It is intended that each Call-off Contract will be for an initial period of five years with the option to extend by up to two years (a total duration of seven years). The Call-off Contract may therefore run beyond the four year duration of the Framework Agreement. Estimated values are based on the maximum seven year duration.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: You may only bid for one Lot.Lot limitation applies to the supplier and its sub-contractors and group companies. It is not permissible for a supplier to bid for one Lot and one of its group companies to bid for another Lot.If the supplier intends to use a sub-contractor to deliver its services/works,that sub-contractor must not bid for any other Lot.See procurement documents for more information.
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As detailed in the procurement documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As detailed in procurement documents.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description NEGOTIATED
IV.1.1) Type of procedure:
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: Not provided.
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
IV.1.5) Information about negotiation: Yes.
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 01/04/2019 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 19/04/2019
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 12
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. The Contracting Body is part of a group structure, with the trading name Metropolitan Thames Valley (MTVH).
Any members of the MTV group (current and future) may call-off contracts under the Framework Agreement. Full details of the current members of the MTVH group are included within the procurement documentation
In addition, any registered providers of social housing (current and future) may call-off contracts under the Framework Agreement. A list of current registered providers of social housing may be found at https://www.gov.uk/government/publications/current-registered-providers-of-social-housing.
All Call-off Contracts will be entered into directly between the purchasing entity and the economic operator. No entity will be under any obligation to enter into a Call-off Contract under the Framework Agreement.
The estimated values of the Framework Agreement and each Lot is based on the call-off contract values anticipated by Metropolitan Housing Trust Limited in the relevant regions. Bidders should note that these values will increase if any other group members and/or any other registered providers Call-off Contracts under the Framework Agreement
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Asbestos-removal-work./BYQ72QPB55
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/BYQ72QPB55
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not provided.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 01/03/2019
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Thames Valley Housing Association
Premier House, 52, London Road, Twickenham, TW1 3RP, United Kingdom
Email: john.wallace@metropolitan.org.uk
Contact: John Wallace
Main Address: www.metropolitan.org.uk,, Address of the buyer profile: www.metropolitan.org.uk,
NUTS Code: UK
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
Metropolitan Housing Trust Limited
The Grange, 100 High Street, London, N14 6PW, United Kingdom
Email: john.wallace@metropolitan.org.uk
Contact: John Wallace
Main Address: www.metropolitan.org.uk, Address of the buyer profile: www.metropolitan.org.uk
NUTS Code: UK
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
EM Property Services Limited
The Grange, 100 High Street, London, N14 6PW, United Kingdom
Email: John.wallace@metropolitan.org.uk
Contact: John Wallace
Main Address: www.metropolitan.org.uk, Address of the buyer profile: www.metropolitan.org.uk
NUTS Code: UK
View any Notice Addenda
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Metropolitan Housing Trust Limited
The Grange, 100 High Street, London, N14 6PW, United Kingdom
Email: John.wallace@metropolitan.org.uk
Contact: John Wallace
Main Address: www.metropolitan.org.uk, Address of the buyer profile: www.metropolitan.org.uk
NUTS Code: UKI
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Asbestos Services and Works Framework Reference number: Not provided
II.1.2) Main CPV code:
45262660 - Asbestos-removal work.
II.1.3) Type of contract: WORKS
II.1.4) Short Description: The Metropolitan Thames Valley Housing group (MTVH) proposes to enter into a Framework Agreement for Asbestos services and works. The Framework covers; Asbestos removal works and Asbestos surveys & air monitoring. It is divided into six Lots as detailed in this notice. Contractors may bid for and be appointed to the Framework for one Lot only.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 07/03/2019
VI.6) Original notice reference:
Notice Reference: 2019 - 230171
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 01/03/2019
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: II.1.2
Lot No: Not provided
Place of text to be modified: Additional Information
Instead of: Additional Information
Read: For the purposes of this procurement, MTVH has adopted Constructionline or equivalent, (an assessment service for construction related Contractors to reduce the administrative burden on Contractors wishing to apply for this opportunity). It is not a requirement of MTVH that Contractors should be registered with Constructionline (or an equivalent). Contractors not registered with Constructionline (or an equivalent) will not be precluded from taking part in this procurement competition but will need to demonstrate that they meet the selection requirements through the completion of the full Questionnaire.
If you are registered with Constructionline please ensure that your account is verified. In addition to this applications who are not Constructionline members at gold standard are strongly encouraged to register/upgrade so as this will simplify the pre-qualification process. To apply to Constructionline or upgrade to gold level accreditation in relation to this contract notice please contact Anthony Feagan as soon as possible on 07712 430470 or by email anthony.feagan@constructionline.co.uk, (and ensure to reference MTVH in the client code/reasons for registering/upgrading on the Constructionline portal where prompted).
VII.2) Other additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. The Contracting Body is part of a group structure, with the trading name Metropolitan Thames Valley (MTVH).
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=382221628
Additional Addresses And Contact Points
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
1. Contracting Authority/Entity:
Thames Valley Housing Association
Premier House, 52, London Road, Twickenham, TW1 3RP, United Kingdom
Email: john.wallace@metropolitan.org.uk
Contact: John Wallace
Main Address: www.metropolitan.org.uk,, Address of the buyer profile: www.metropolitan.org.uk,
NUTS Code: UK
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
2. Contracting Authority/Entity:
Metropolitan Housing Trust Limited
The Grange, 100 High Street, London, N14 6PW, United Kingdom
Email: john.wallace@metropolitan.org.uk
Contact: John Wallace
Main Address: www.metropolitan.org.uk, Address of the buyer profile: www.metropolitan.org.uk
NUTS Code: UK
IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
3. Contracting Authority/Entity:
EM Property Services Limited
The Grange, 100 High Street, London, N14 6PW, United Kingdom
Email: John.wallace@metropolitan.org.uk
Contact: John Wallace
Main Address: www.metropolitan.org.uk, Address of the buyer profile: www.metropolitan.org.uk
NUTS Code: UK