Flagship Housing Group: Maintenance Service and Repairs for Fire Safety Systems, Door Entry, Warden Call and CCTV

  Flagship Housing Group is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Maintenance Service and Repairs for Fire Safety Systems, Door Entry, Warden Call and CCTV
Notice type: Contract Notice
Authority: Flagship Housing Group
Nature of contract: Services
Procedure: Open
Short Description: Flagship Group invites you to submit Tender for the routine servicing, maintenance and responsive repairs of all fire safety, warden call, door entry and CCTV equipment. The requirement is split into 3 lots:- Lot 1 – maintenance and responsive repairs for fire detection and alarm systems, automatic opening vents, sprinkler and misting systems, emergency lighting, Lot 2 – maintenance, service and responsive repairs to warden call systems and associated door entry systems, Lot3 – maintenance, service and responsive repairs to door entry systems to residential installation, CCTV systems, automatic doors, gates and barriers. The resulting framework contract will be for 3 years with further 1 extensions of 12 months. Bidders are required to use the following links to access the tenderbox for each lot: •Lot 1 – https://www.delta-esourcing.com/respond/9V467686K8 •Lot 2 – https://www.delta-esourcing.com/respond/96Z3734K9J •Lot 3 – https://www.delta-esourcing.com/respond/UJ84H9WT93
Published: 06/12/2019 08:31
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-Norwich: Repair and maintenance services of firefighting equipment.
Section I: Contracting Authority
      I.1) Name and addresses
             Flagship Housing Group
             31 King Street, Norwich, NR1 1PD, United Kingdom
             Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
             Main Address: https://www.flagship-group.co.uk/
             NUTS Code: UKH1
      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       
      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: https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Repair-and-maintenance-services-of-firefighting-equipment./9V467686K8
      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: Maintenance Service and Repairs for Fire Safety Systems, Door Entry, Warden Call and CCTV       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      50413200 - Repair and maintenance services of firefighting equipment.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Flagship Group invites you to submit Tender for the routine servicing, maintenance and responsive repairs of all fire safety, warden call, door entry and CCTV equipment. The requirement is split into 3 lots:- Lot 1 – maintenance and responsive repairs for fire detection and alarm systems, automatic opening vents, sprinkler and misting systems, emergency lighting, Lot 2 – maintenance, service and responsive repairs to warden call systems and associated door entry systems, Lot3 – maintenance, service and responsive repairs to door entry systems to residential installation, CCTV systems, automatic doors, gates and barriers. The resulting framework contract will be for 3 years with further 1 extensions of 12 months.

Bidders are required to use the following links to access the tenderbox for each lot:
•Lot 1 – https://www.delta-esourcing.com/respond/9V467686K8
•Lot 2 – https://www.delta-esourcing.com/respond/96Z3734K9J
•Lot 3 – https://www.delta-esourcing.com/respond/UJ84H9WT93       
      II.1.5) Estimated total value:
      Value excluding VAT: Not Provided       
      Currency: Not Provided
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Maintenance, service and responsive repairs to fire safety systems       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      31625200 - Fire-alarm systems.
      50711000 - Repair and maintenance services of electrical building installations.
      
      II.2.3) Place of performance:
      UKH1 East Anglia
      
      II.2.4) Description of procurement: Maintenance, service and responsive repairs to:
•Fire Detection and Alarm Systems
•Automatic Opening Vents
•Sprinkler and Misting Systems
•Emergency Lighting

For more information about this opportunity, please visit the Delta portal at: https://www.delta-esourcing.com/tenders/UK-Norwich:-Repair-and-maintenance-services-of-firefighting-equipment./9V467686K8

To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/9V467686K8

If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 40
                        
            Cost criterion - Name: Total contract value / Weighting: 60
                              
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: The resulting framework contract will be for 3 years with further 1 extensions of 12 months at Flagship Group's discretion.
      
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/9V467686K8       
II.2) Description Lot No. 2
      
      II.2.1) Title: Maintenance, service and responsive repairs to warden call systems       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      50711000 - Repair and maintenance services of electrical building installations.
      
      II.2.3) Place of performance:
      UKH1 East Anglia
      
      II.2.4) Description of procurement: Lot 2 Maintenance, service and responsive repairs to:
•Warden Call Systems and associated door entry systems

To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/96Z3734K9J

If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 40
                        
            Cost criterion - Name: Total contract cost / Weighting: 60
                              
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: The resulting framework contract will be for 3 years with further 1 extensions of 12 months at Flagship Group's discretion.
      
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      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: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/96Z3734K9J

If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.       
II.2) Description Lot No. 3
      
      II.2.1) Title: Maintenance, service and responsive repairs to CCTV systems       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      35120000 - Surveillance and security systems and devices.
      50800000 - Miscellaneous repair and maintenance services.
      35100000 - Emergency and security equipment.
      
      II.2.3) Place of performance:
      UKH1 East Anglia
      
      II.2.4) Description of procurement: Lot 3 Maintenance, service and responsive repairs to:
•Door Entry Systems to residential installation
•CCTV systems
•Automatic Doors ,Gates and Barriers

To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/UJ84H9WT93

If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 40
                        
            Cost criterion - Name: Total contract value / Weighting: 60
                              
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: The resulting framework contract will be for 3 years with further 1 extensions of 12 months at Flagship Group's discretion.
      
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      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: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/UJ84H9WT93

If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.       


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:          
      Each Supplier must be a registered member of a relevant accreditation body specific to the lot(s) tendered.
As the minimum, the Lot 1 bidders must hold BAFE and NICEIC or ECA, for Lot 2- Bidders must hold National Security Inspectorate (NSI) and for Lot 3 – SSAIB accreditations    
      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.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      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 OPEN
      IV.1.1) Type of procedure: Open   
   
   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 a single operator       
         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.1.6) 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: 21/01/2020 Time: 14:00
            
      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): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 21/01/2020
         Time: 14:00
      

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 Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Repair-and-maintenance-services-of-firefighting-equipment./9V467686K8

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9V467686K8
   VI.4) Procedures for review
   VI.4.1) Review body:
             Flagship Housing Group
       31 King Street, Norwich, NR1 1PD, United Kingdom
       Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
       Internet address: https://www.flagship-group.co.uk/
   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: 06/12/2019

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
       Victory Housing Trust
       31 King Street, Norwich, NR 1PD, United Kingdom
       Email: procurement@flagship-group.co.uk
       Main Address: https://www.victoryhousing.co.uk/
       NUTS Code: UKH1

View any Notice Addenda

View Award Notice

UK-Norwich: Repair and maintenance services of firefighting equipment.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Flagship Housing Group
       31 King Street, Norwich, NR1 1PD, United Kingdom
       Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
       Main Address: https://www.flagship-group.co.uk/
       NUTS Code: UKH1

   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
      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: Maintenance Service and Repairs for Fire Safety Systems, Door Entry, Warden Call and CCTV            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         50413200 - Repair and maintenance services of firefighting equipment.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Flagship Group awards the contract for the routine servicing, maintenance and responsive repairs of all fire safety, warden call, door entry and CCTV equipment. The requirement was split into 3 lots:- Lot 1 – maintenance and responsive repairs for fire detection and alarm systems, automatic opening vents, sprinkler and misting systems, emergency lighting, Lot 2 – maintenance, service and responsive repairs to warden call systems and associated door entry systems, Lot3 – maintenance, service and responsive repairs to door entry systems to residential installation, CCTV systems, automatic doors, gates and barriers.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 589,698.45
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Maintenance, service and responsive repairs to fire safety systems   
      Lot No:1

      II.2.2) Additional CPV code(s):
            31625200 - Fire-alarm systems.
            50711000 - Repair and maintenance services of electrical building installations.


      II.2.3) Place of performance
      Nuts code:
      UKH1 - East Anglia
   
      Main site or place of performance:
      East Anglia
             

      II.2.4) Description of the procurement: Maintenance, service and responsive repairs to:
•Fire Detection and Alarm Systems
•Automatic Opening Vents
•Sprinkler and Misting Systems
•Emergency Lighting

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 40
                  
      Cost criterion - Name: Total contract value / Weighting: 60
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Maintenance, service and responsive repairs to warden call systems   
      Lot No:2

      II.2.2) Additional CPV code(s):
            50711000 - Repair and maintenance services of electrical building installations.


      II.2.3) Place of performance
      Nuts code:
      UKH1 - East Anglia
   
      Main site or place of performance:
      East Anglia
             

      II.2.4) Description of the procurement: Lot 2 Maintenance, service and responsive repairs to:
•Warden Call Systems and associated door entry systems

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 40
                  
      Cost criterion - Name: Total contract cost / Weighting: 60
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Maintenance, service and responsive repairs to CCTV systems   
      Lot No:3

      II.2.2) Additional CPV code(s):
            35120000 - Surveillance and security systems and devices.
            50800000 - Miscellaneous repair and maintenance services.
            35100000 - Emergency and security equipment.


      II.2.3) Place of performance
      Nuts code:
      UKH1 - East Anglia
   
      Main site or place of performance:
      East Anglia
             

      II.2.4) Description of the procurement: Lot 3 Maintenance, service and responsive repairs to:
•Door Entry Systems to residential installation
•CCTV systems
•Automatic Doors ,Gates and Barriers

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 40
                  
      Cost criterion - Name: Total contract value / Weighting: 60
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: Yes       
      

   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
       Notice number in the OJEU: 2019/S 238-584155
      
   

   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: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 21/05/2020

      V.2.2) Information about tenders
         Number of tenders received: 11
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 11

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             M English Security Limited, 04713999
             2a George Edwards Road, Fakenham, NR21 8NL, United Kingdom
             NUTS Code: UKH16
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 393,460.95
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

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

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 21/05/2020

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 9

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             MALTHOUSE SECURITY LTD, 06884001
             Unit 10 Willow Farm Business Centre,, Allwood Green, Rickinghall, Diss, IP22 1LQ, United Kingdom
             NUTS Code: UKH17
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 76,290
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 21/05/2020

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             MALTHOUSE SECURITY LTD, 06884001
             Unit 10 Willow Farm Business Centre, Allwood Green, Rickinghall, Diss, IP22 1LQ, United Kingdom
             NUTS Code: UKH17
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 119,947.5
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=499638730

   VI.4) Procedures for review

      VI.4.1) Review body
          Flagship Housing Group
          31 King Street, Norwich, NR1 1PD, United Kingdom
          Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
          Internet address: https://www.flagship-group.co.uk/

      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: 16/06/2020

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Victory Housing Trust
       31 King Street, Norwich, NR 1PD, United Kingdom
       Email: procurement@flagship-group.co.uk
       Main Address: https://www.victoryhousing.co.uk/
       NUTS Code: UKH1