Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Metropolitan
The Grange, 100 High Street, Southgate
Contact point(s): www.delta-esourcing.com
N22 6UR London
UNITED KINGDOM
Telephone: +44 2035354235
E-mail:
Internet address(es):
General address of the contracting authority: www.metropolitan.org.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityHousing and community amenities
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Fire Risk Assessment Repair Works.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 1: Maintenance and repair services
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Building alteration work. Joinery and carpentry installation work. Refurbishment work. Metropolitan is seeking to award a contract for the provision of repair work following Fire Risk Assessment (FRA) Surveys as set out in the Services Requirements of the tender documents. Work is required in London, East Midlands and East Anglia.
II.1.6)Common procurement vocabulary (CPV)45262700, 45420000, 45453100
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Two Contract / Lots are available with estimated annual values of 2 400 000 GBP and 600 000 GBP.
Estimated value excluding VAT:
Range: between 2 400 000 and 3 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: 1
II.3)Duration of the contract or time limit for completion Starting 30.11.2015. Completion 30.11.2017
Information about lots
Lot No: 1 Lot title: Fire Risk Assessment Repairs Work - London and South East1)Short description
Contract for the provision of Repair Work following Fire Risk Assessment (FRA) Surveys as set out in the Services Requirements.
2)Common procurement vocabulary (CPV)45262700, 45420000, 45453100
3)Quantity or scope
As detailed within tender documents.
4)Indication about different date for duration of contract or starting/completion Starting 30.11.2015. Completion 30.10.2017
5)Additional information about lots
As detailed within tender documents.
Lot No: 2 Lot title: Fire Risk Assessment Repairs Work - Midlands and East Anglia1)Short description
Contract for the provision Repair Work following Fire Risk Assessment (FRA) Surveys as set out in the Services Requirements.
2)Common procurement vocabulary (CPV)45262700, 45420000, 45453100
3)Quantity or scope
As detailed within tender documents.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
As detailed within tender documents.
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
2015 / 2016-037
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 18.9.2015 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate30.9.2015 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderin days: 180 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersPersons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresAs contained within tender documents
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:19.8.2015