Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at:
www.delta-esourcing.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
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:
The Refurbishment of the Grange Office.
II.1.2)Main CPV code
45453000
II.1.3)Type of contract
Services
II.1.4)Short description:
Metropolitan is seeking to procure a contractor to deliver the refurbishment of the offices at The Grange. The Grange building is a multi-tenant block based in North London (Southgate).
II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
71333000
71334000
45442100
II.2.3)Place of performance
NUTS code: UKI
II.2.4)Description of the procurement:
Metropolitan is seeking to procure a contractor to deliver the refurbishment of the offices at The Grange. The Grange building is a multi-tenant block in North London (Southgate). Metropolitan's foot print is spread across four floors. The ground floor, where the reception is located and a number of Meeting rooms, which include the main Board room and a number of VC rooms. The ground floor also includes the interview room for Metropolitan's customers. Each subsequent floor is currently locating a number of specific teams, meeting room, kitchen areas. On the fourth floor the main breakout area is located, which includes extra seating and kitchen facilities.
The refurbishment projects has the following objectives, they are:
— to improve the working environment for metropolitan employees,
— to deliver a high quality finish to improve the first impression of external visitors to the metropolitan office,
— to improve the security of the reception area,
— to facilitate mobile working through provision of increased hot desk areas, which include accessible power sources,
— to improve the working of cross functional team through potential relocation of staff to be located in logical configurations,
— to provide innovative storage solutions, to ensure paperwork is securely stored and easily retrievable,
— to provide adequate meeting room facilities on all floors.
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: 400 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/07/2017
End: 31/01/2018
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: yes
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
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
The Tender documents will be made available on the 28.5.2017 at 12 noon. The documents will be made available via the e-tendering site Delta e-sourcing at www.delta-esourcing.com using access code 2AJ5W28U6G
Details for site visits will be disclosed with the ITT instructions document.
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
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 30/05/2017
Local time: 11:59
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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 months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 30/05/2017
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
The Tender documents will be made available on the 28.5.2017 at 12 noon. The documents will be made available via the e-tendering site Delta e-sourcing at www.delta-esourcing.com using access code 2AJ5W28U6G
Details for site visits will be disclosed with the ITT instructions document.
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
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
25/04/2017