Deactivated users: Fire Safety Services and Works Framework

  Deactivated users is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Fire Safety 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 fire safety services and works. The Framework covers; Fire Safety Assessments, FRA Reviews, FRA Remedial Actions and Servicing & Non-Technical Fire Checks. It is divided into eight Lots as detailed in this notice. There are restrictions to the number & combination of Lots you can bid for. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.
Published: 01/03/2019 12:14
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Fire-prevention installation works.
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: 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:-Fire-prevention-installation-works./3868K9DFXQ
      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: Fire Safety Services and Works Framework       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      45343000 - Fire-prevention installation works.

      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 fire safety services and works. The Framework covers; Fire Safety Assessments, FRA Reviews, FRA Remedial Actions and Servicing & Non-Technical Fire Checks. It is divided into eight Lots as detailed in this notice. There are restrictions to the number & combination of Lots you can bid for. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.       
      II.1.5) Estimated total value:
      Value excluding VAT: 91,200,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: maximum number of lots: 2
      Maximum number of lots that may be awarded to one tenderer: 2
      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. See “Fire Safety Framework – Lot Limitations” document on Delta for more information.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Lot One - Fire Risk Assessments       
      Lot No: 1       
      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.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: To undertake Type 3 and where required Type 4 fire risk assessments across both general needs and specialist housing stock, using a template compliant with PAS79 on web based technology. This Lot relates to all stock within the MTVH group (currently in South London, North London, East Anglia & East Midlands). The volume of works/services will be split 50:50 between two contractors.
      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: 5,300,000       
      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: 12
            
      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: If you bid for Lot 1 you may also bid for Lot 2. You cannot bid for any of Lots 3-8. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Lot Two- FRA Reviews       
      Lot No: 2       
      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.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Undertake Fire Risk Assessment Reviews across both general needs and specialist housing stock, using a template compliant with PAS79 on web based technology. This Lot relates to all stock within the MTVH group (currently in South London, North London, East Anglia & East Midlands).
      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: 2,000,000       
      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: 12
            
      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: If you bid for Lot 2 you may also bid for Lot 1. You cannot bid for any of Lots 3-8. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.       
II.2) Description Lot No. 3
      
      II.2.1) Title: Lot Three- FRA Remedial Actions (South London)       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      45343000 - Fire-prevention installation works.
      45222000 - Construction work for engineering works except bridges, tunnels, shafts and subways.
      51700000 - Installation services of fire protection equipment.
      45312100 - Fire-alarm system installation work.
      35111300 - Fire extinguishers.
      50413200 - Repair and maintenance services of firefighting equipment.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Undertake Fire Risk Assessment remedial works across both general needs and specialist housing stock ensuring all passive fire protection work is 3rd party accredited. 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: 29,500,000       
      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: 10
            
      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: If you bid for Lot 3 you cannot bid for Lot 1 or 2 or Lot 4 or 5. You may bid for one of Lots 6, 7 or 8. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.       
II.2) Description Lot No. 4
      
      II.2.1) Title: Lot Four- FRA Remedial Actions (North London)       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      45343000 - Fire-prevention installation works.
      45220000 - Engineering works and construction works.
      51700000 - Installation services of fire protection equipment.
      45312100 - Fire-alarm system installation work.
      45343200 - Firefighting equipment installation work.
      35111300 - Fire extinguishers.
      50413200 - Repair and maintenance services of firefighting equipment.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Undertake Fire Risk Assessment remedial works across both general needs and specialist housing stock ensuring all passive fire protection work is 3rd party accredited. This Lot relates to all stock within the MTVH North London regions.
      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: 20,800,000       
      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: 10
            
      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: If you bid for Lot 4 you cannot bid for Lot 1 or 2 or Lot 3 or 5. You may bid for one of Lots 6, 7 or 8. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.       
II.2) Description Lot No. 5
      
      II.2.1) Title: Lot Five- FRA Remedial Actions (East Midlands & East Anglia)       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      45343000 - Fire-prevention installation works.
      45220000 - Engineering works and construction works.
      51700000 - Installation services of fire protection equipment.
      45312100 - Fire-alarm system installation work.
      45343200 - Firefighting equipment installation work.
      45343220 - Fire-extinguishers installation work.
      50413200 - Repair and maintenance services of firefighting equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Undertake Fire Risk Assessment remedial works across both general needs and specialist housing stock ensuring all passive fire protection work is 3rd party accredited. 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: 10,800,000       
      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: 10
            
      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: If you bid for Lot 5 you cannot bid for Lot 1 or 2 or Lot 3 or 4. You may bid for one of Lots 6, 7 or 8. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.       
II.2) Description Lot No. 6
      
      II.2.1) Title: Lot Six - Servicing & non-technical fire checks (South London)       
      Lot No: 6       
      II.2.2) Additional CPV codes:
      50413200 - Repair and maintenance services of firefighting equipment.
      71317210 - Health and safety consultancy services.
      71630000 - Technical inspection and testing services.
      51700000 - Installation services of fire protection equipment.
      45312100 - Fire-alarm system installation work.
      45343200 - Firefighting equipment installation work.
      45343220 - Fire-extinguishers installation work.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Undertake fire equipment servicing, maintenance, routine testing and relevant repairs on the following equipment – Fire Alarms, Emergency Lighting, Wet/Dry Risers, AOVs, Lightning Protection, Sprinklers and Fire Extinguishers. Undertake routine testing of the following fire equipment – Fire Alarms, Emergency Lighting, Wet/Dry Risers, AOVs, Sprinklers, Fire Extinguishers, Fire Doors, External Escape Stairs and Gerda Boxes. 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: 10,500,000       
      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: 10
            
      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: If you bid for Lot 6 you cannot bid for Lot 1 or 2 or Lot 7 or 8. You may bid for one of Lots 3, 4 or 5. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.       
II.2) Description Lot No. 7
      
      II.2.1) Title: Lot Seven - Servicing & non-technical fire checks (North London)       
      Lot No: 7       
      II.2.2) Additional CPV codes:
      50413200 - Repair and maintenance services of firefighting equipment.
      71317210 - Health and safety consultancy services.
      71630000 - Technical inspection and testing services.
      51700000 - Installation services of fire protection equipment.
      45312100 - Fire-alarm system installation work.
      45343200 - Firefighting equipment installation work.
      45343220 - Fire-extinguishers installation work.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Undertake fire equipment servicing, maintenance, routine testing and relevant repairs on the following equipment – Fire Alarms, Emergency Lighting, Wet/Dry Risers, AOVs, Lightning Protection, Sprinklers and Fire Extinguishers. Undertake routine testing of the following fire equipment – Fire Alarms, Emergency Lighting, Wet/Dry Risers, AOVs, Sprinklers, Fire Extinguishers, Fire Doors, External Escape Stairs and Gerda Boxes. This Lot relates to all stock within the MTVH North London & East Anglia regions.
      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: 7,500,000       
      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: 10
            
      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: If you bid for Lot 7 you cannot bid for Lot 1 or 2 or Lot 6 or 8. You may bid for one of Lots 3, 4 or 5. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.       
II.2) Description Lot No. 8
      
      II.2.1) Title: Lot Eight - Servicing & non-technical fire checks (East Midlands & East Anglia)       
      Lot No: 8       
      II.2.2) Additional CPV codes:
      50413200 - Repair and maintenance services of firefighting equipment.
      71317210 - Health and safety consultancy services.
      71630000 - Technical inspection and testing services.
      51700000 - Installation services of fire protection equipment.
      45312100 - Fire-alarm system installation work.
      45343200 - Firefighting equipment installation work.
      45343220 - Fire-extinguishers installation work.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Undertake fire equipment servicing, maintenance, routine testing and relevant repairs on the following equipment – Fire Alarms, Emergency Lighting, Wet/Dry Risers, AOVs, Lightning Protection, Sprinklers and Fire Extinguishers. Undertake routine testing of the following fire equipment – Fire Alarms, Emergency Lighting, Wet/Dry Risers, AOVs, Sprinklers, Fire Extinguishers, Fire Doors, External Escape Stairs and Gerda Boxes. 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: 4,800,000       
      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: 10
            
      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: If you bid for Lot 8 you cannot bid for Lot 1 or 2 or Lot 6 or 7. You may bid for one of Lots 3, 4 or 5. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.       


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 the 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 local authority, ALMO or 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 and Thames Valley Housing Association in the relevant regions. Bidders should note that these values will increase if any other group members and/or any other contracting authorities 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:-Fire-prevention-installation-works./3868K9DFXQ

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3868K9DFXQ
   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 Rd,, Twickenham, TW1 3RP, United Kingdom
       Email: John.wallace@metropolitan.org.uk
       Contact: John Wallace
       Main Address: 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 St,, London, N14 6PW, United Kingdom
       Email: John.wallace@metropolitan.org.uk
       Contact: John Wallace
       Main Address: www.metropolitan.org.uk,
       NUTS Code: UKI

   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
       NUTS Code: UK

View any Notice Addenda

Fire Safety Services and Works Framework

UK-London: Fire-prevention installation works.

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: Fire Safety Services and Works Framework      Reference number: Not Provided      
   II.1.2) Main CPV code:
      45343000 - Fire-prevention installation works.
   
   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 fire safety services and works. The Framework covers; Fire Safety Assessments, FRA Reviews, FRA Remedial Actions and Servicing & Non-Technical Fire Checks. It is divided into eight Lots as detailed in this notice. There are restrictions to the number & combination of Lots you can bid for. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 07/03/2019

VI.6) Original notice reference:

   Notice Reference:    2019 - 230162   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 04/03/2019

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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=382215953


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 Rd,, Twickenham, TW1 3RP, United Kingdom
          Email: John.wallace@metropolitan.org.uk
          Contact: John Wallace
          Main Address: 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 St,, London, N14 6PW, United Kingdom
          Email: John.wallace@metropolitan.org.uk
          Contact: John Wallace
          Main Address: www.metropolitan.org.uk,
          NUTS Code: UKI

   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
          NUTS Code: UK

View Award Notice

UK-London: Fire-prevention installation works.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Metropolitan Housing Trust Limited
       The Grange, 100 High Street, London, N14 6PW, United Kingdom
       Tel. +44 2035353535, 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: N/A
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Fire Safety Services and Works Framework            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         45343000 - Fire-prevention installation works.


      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 fire safety services and works. The Framework covers; Fire Safety Assessments, FRA Reviews, FRA Remedial Actions and Servicing & Non-Technical Fire Checks. It is divided into eight Lots as detailed in this notice. There are restrictions to the number & combination of Lots you can bid for. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                              
            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot One - Fire Risk Assessments   
      Lot No:1

      II.2.2) Additional CPV code(s):
            71630000 - Technical inspection and testing services.
            90711100 - Risk or hazard assessment other than for construction.
            71317210 - Health and safety consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: To undertake Type 3 and where required Type 4 fire risk assessments across both general needs and specialist housing stock, using a template compliant with PAS79 on web based technology. This Lot relates to all stock within the MTVH group (currently in South London, North London, East Anglia & East Midlands). The volume of works/services will be split 50:50 between two contractors.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these 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.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: If you bid for Lot 1 you may also bid for Lot 2. You cannot bid for any of Lots 3-8. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot Two- FRA Reviews   
      Lot No:2

      II.2.2) Additional CPV code(s):
            71630000 - Technical inspection and testing services.
            90711100 - Risk or hazard assessment other than for construction.
            71317210 - Health and safety consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Undertake Fire Risk Assessment Reviews across both general needs and specialist housing stock, using a template compliant with PAS79 on web based technology. This Lot relates to all stock within the MTVH group (currently in South London, North London, East Anglia & East Midlands).

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these 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.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: If you bid for Lot 2 you may also bid for Lot 1. You cannot bid for any of Lots 3-8. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Lot Three- FRA Remedial Actions (South London)   
      Lot No:3

      II.2.2) Additional CPV code(s):
            45343000 - Fire-prevention installation works.
            45222000 - Construction work for engineering works except bridges, tunnels, shafts and subways.
            51700000 - Installation services of fire protection equipment.
            45312100 - Fire-alarm system installation work.
            35111300 - Fire extinguishers.
            50413200 - Repair and maintenance services of firefighting equipment.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: Undertake Fire Risk Assessment remedial works across both general needs and specialist housing stock ensuring all passive fire protection work is 3rd party accredited. This Lot relates to all stock within the MTVH South London region.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these 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.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: If you bid for Lot 3 you cannot bid for Lot 1 or 2 or Lot 4 or 5. You may bid for one of Lots 6, 7 or 8. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Lot Four- FRA Remedial Actions (North London)   
      Lot No:4

      II.2.2) Additional CPV code(s):
            45343000 - Fire-prevention installation works.
            45220000 - Engineering works and construction works.
            51700000 - Installation services of fire protection equipment.
            45312100 - Fire-alarm system installation work.
            45343200 - Firefighting equipment installation work.
            35111300 - Fire extinguishers.
            50413200 - Repair and maintenance services of firefighting equipment.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: Undertake Fire Risk Assessment remedial works across both general needs and specialist housing stock ensuring all passive fire protection work is 3rd party accredited. This Lot relates to all stock within the MTVH North London regions.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these 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.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: If you bid for Lot 4 you cannot bid for Lot 1 or 2 or Lot 3 or 5. You may bid for one of Lots 6, 7 or 8. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.

   II.2) Description (lot no. 5)
   

      II.2.1) Title:Lot Five- FRA Remedial Actions (East Midlands & East Anglia)   
      Lot No:5

      II.2.2) Additional CPV code(s):
            45343000 - Fire-prevention installation works.
            45220000 - Engineering works and construction works.
            51700000 - Installation services of fire protection equipment.
            45312100 - Fire-alarm system installation work.
            45343200 - Firefighting equipment installation work.
            45343220 - Fire-extinguishers installation work.
            50413200 - Repair and maintenance services of firefighting equipment.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Undertake Fire Risk Assessment remedial works across both general needs and specialist housing stock ensuring all passive fire protection work is 3rd party accredited. This Lot relates to all stock within the MTVH East Midlands & East Anglia region.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these 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.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: If you bid for Lot 5 you cannot bid for Lot 1 or 2 or Lot 3 or 4. You may bid for one of Lots 6, 7 or 8. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.

   II.2) Description (lot no. 6)
   

      II.2.1) Title:Lot Six - Servicing & non-technical fire checks (South London)   
      Lot No:6

      II.2.2) Additional CPV code(s):
            50413200 - Repair and maintenance services of firefighting equipment.
            71317210 - Health and safety consultancy services.
            71630000 - Technical inspection and testing services.
            51700000 - Installation services of fire protection equipment.
            45312100 - Fire-alarm system installation work.
            45343200 - Firefighting equipment installation work.
            45343220 - Fire-extinguishers installation work.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: Undertake fire equipment servicing, maintenance, routine testing and relevant repairs on the following equipment – Fire Alarms, Emergency Lighting, Wet/Dry Risers, AOVs, Lightning Protection, Sprinklers and Fire Extinguishers. Undertake routine testing of the following fire equipment – Fire Alarms, Emergency Lighting, Wet/Dry Risers, AOVs, Sprinklers, Fire Extinguishers, Fire Doors, External Escape Stairs and Gerda Boxes. This Lot relates to all stock within the MTVH South London region.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these 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.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: If you bid for Lot 6 you cannot bid for Lot 1 or 2 or Lot 7 or 8. You may bid for one of Lots 3, 4 or 5. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.

   II.2) Description (lot no. 7)
   

      II.2.1) Title:Lot Seven - Servicing & non-technical fire checks (North London)   
      Lot No:7

      II.2.2) Additional CPV code(s):
            50413200 - Repair and maintenance services of firefighting equipment.
            71317210 - Health and safety consultancy services.
            71630000 - Technical inspection and testing services.
            51700000 - Installation services of fire protection equipment.
            45312100 - Fire-alarm system installation work.
            45343200 - Firefighting equipment installation work.
            45343220 - Fire-extinguishers installation work.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: Undertake fire equipment servicing, maintenance, routine testing and relevant repairs on the following equipment – Fire Alarms, Emergency Lighting, Wet/Dry Risers, AOVs, Lightning Protection, Sprinklers and Fire Extinguishers. Undertake routine testing of the following fire equipment – Fire Alarms, Emergency Lighting, Wet/Dry Risers, AOVs, Sprinklers, Fire Extinguishers, Fire Doors, External Escape Stairs and Gerda Boxes. This Lot relates to all stock within the MTVH North London & East Anglia regions.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these 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.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: If you bid for Lot 7 you cannot bid for Lot 1 or 2 or Lot 6 or 8. You may bid for one of Lots 3, 4 or 5. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.

   II.2) Description (lot no. 8)
   

      II.2.1) Title:Lot Eight - Servicing & non-technical fire checks (East Midlands & East Anglia)   
      Lot No:8

      II.2.2) Additional CPV code(s):
            50413200 - Repair and maintenance services of firefighting equipment.
            71317210 - Health and safety consultancy services.
            71630000 - Technical inspection and testing services.
            51700000 - Installation services of fire protection equipment.
            45312100 - Fire-alarm system installation work.
            45343200 - Firefighting equipment installation work.
            45343220 - Fire-extinguishers installation work.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Undertake fire equipment servicing, maintenance, routine testing and relevant repairs on the following equipment – Fire Alarms, Emergency Lighting, Wet/Dry Risers, AOVs, Lightning Protection, Sprinklers and Fire Extinguishers. Undertake routine testing of the following fire equipment – Fire Alarms, Emergency Lighting, Wet/Dry Risers, AOVs, Sprinklers, Fire Extinguishers, Fire Doors, External Escape Stairs and Gerda Boxes. This Lot relates to all stock within the MTVH East Midlands & East Anglia region.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these 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.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: If you bid for Lot 8 you cannot bid for Lot 1 or 2 or Lot 6 or 7. You may bid for one of Lots 3, 4 or 5. See “Fire Safety Framework – Lot Limitations” document on Delta for more information. Contractors may only be awarded one Call-Off Contract under the Framework.


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Competitive procedure with negotiation


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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
       Not Provided
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Fire Risk Assessments

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
            Other reasons (discontinuation of procedure):
            Notice reference (year and document number): 2019 - 230162


Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: FRA Reviews

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
            Other reasons (discontinuation of procedure):
            Notice reference (year and document number): 2019 - 230162


Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: FRA Remedial Actions (South London)

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
            Other reasons (discontinuation of procedure):
            Notice reference (year and document number): 2019 - 230162


Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: FRA Remedial Actions (North London)

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
            Other reasons (discontinuation of procedure):
            Notice reference (year and document number): 2019 - 230162


Award Of Contract (No.5)

   Contract No: Not Provided    
   Lot Number: 5    
   Title: FRA Remedial Actions (East Midlands & East Anglia)

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
            Other reasons (discontinuation of procedure):
            Notice reference (year and document number): 2019 - 230162


Award Of Contract (No.6)

   Contract No: Not Provided    
   Lot Number: 6    
   Title: Servicing & non-technical fire checks (South London)

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
            Other reasons (discontinuation of procedure):
            Notice reference (year and document number): 2019 - 230162


Award Of Contract (No.7)

   Contract No: Not Provided    
   Lot Number: 7    
   Title: Servicing & non-technical fire checks (North London)

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
            Other reasons (discontinuation of procedure):
            Notice reference (year and document number): 2019 - 230162


Award Of Contract (No.8)

   Contract No: Not Provided    
   Lot Number: 8    
   Title: Servicing & non-technical fire checks (East Midlands & East Anglia)

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
            Other reasons (discontinuation of procedure):
            Notice reference (year and document number): 2019 - 230162

Section VI: Complementary information

   VI.3) Additional information: No contracts awarded, LOT's 1 & 2, were discontinued due to lack of competition. LOT's 3 to 8 have been discontinued.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=452183743

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice
          The Strand, London, WC2A 2LL, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not provided.

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 28/11/2019

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Thames Valley Housing Association
       Premier House,, 52 London Rd,, Twickenham, TW1 3RP, United Kingdom
       Email: John.wallace@metropolitan.org.uk
       Contact: John Wallace
       Main Address: www.metropolitan.org.uk,
       NUTS Code: UK
   
   2: Contracting Authority
       Metropolitan Housing Trust Limited
       The Grange,, 100 High St,, London, N14 6PW, United Kingdom
       Email: John.wallace@metropolitan.org.uk
       Contact: John Wallace
       Main Address: www.metropolitan.org.uk,
       NUTS Code: UKI
   
   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
       NUTS Code: UK