Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Dynamic Purchasing System for the Provision of Minor Works

  • First published: 25 June 2019
  • Last modified: 25 June 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
London Borough of Haringey
Authority ID:
AA45155
Publication date:
25 June 2019
Deadline date:
24 June 2031
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The works to be procured under the proposed DPS are likely to be wide and varied, and cover all aspects of minor works to include but not limited to:

— asbestos,

— brickwork,

— carpentry and joinery,

— cleaning and clearance,

— drainage,

— electrical,

— energy efficiency,

— fencing and gates,

— fire,

— foundations,

— general construction multi trade,

— glazing,

— groundworks,

— heating, gas appliances and installations,

— highways,

— landscaping,

— lifts,

— masonry,

— modern methods of construction,

— painting and decorating,

— plasterwork and other finishes,

— plumbing,

— principal contractor,

— roofing,

— scaffolding,

— specialist treatment,

— wall, floor, tile and sheet finishes.

The DPS can be filtered by service templates, geographical region and value banding. LCP Members may therefore invite all the suppliers within a particular service category requirement. This option shall be set out within SProc.Net at the time of call-off.

The supplier agreement includes a set of terms and conditions that may be utilised by the parties for subsequent call-offs under the DPS (albeit Contracting Authorities are permitted to incorporate their own preferred forms subject to their ongoing compliance with the restricted procedure under which this DPS is being procured).

The DPS in itself is therefore not a contract; contracts are only formed when Services are called-off under the DPS.

The tender documents issued by Contracting Authorities for specific call-offs under this DPS will fully confirm the specific terms and conditions applicable for the execution of the works.

Suppliers should also note that this DPS places no obligation on its approved users to procure any Minor Works during the term of this DPS.

LCP is working in association with adam HTT Ltd to develop and maintain this DPS.

Suppliers should read this Contract Notice carefully and in full before submitting their application to join the DPS.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

London Borough of Haringey

1st Floor, River Park House, 225 High Road, Wood Green

London

N22 8HQ

UK

Contact person: Supplier Engagement Team

E-mail: supplier.engagement@useadam.co.uk

NUTS: UKI

Internet address(es)

Main address: https://londonconstructionprogramme.co.uk

Address of the buyer profile: http://demand.sproc.net

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

http://demand.sproc.net


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.sproc.net


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Dynamic Purchasing System for the Provision of Minor Works

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

London Borough of Haringey (‘the Council’) as the Lead Authority is inviting applications from suitably qualified and experience suppliers to be appointed under a Dynamic Purchasing System (‘DPS’) for the provision of minor works and related services to be utilised by members of the London Construction Programme (‘LCP’) and other Contracting Authorities listed under ‘Additional Information’ within this Contract Notice (who shall collectively be the ‘LCP Members’).

The Council hosts the LCP currently has a total membership of 43 London Authorities and Public Sector Organisations.

The DPS is divided into 27 service categories as detailed further in the procurement documents. There will be no limit on the number of suppliers that may join the DPS for each Service Category. A supplier may apply for more than one service category.

The service categories can be divided into service templates and distributed by London regions and value bands.

II.1.5) Estimated total value

Value excluding VAT: 2 000 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45210000

50000000

45300000

45310000

45453100

45442110

45451000

45421000

45421131

45421132

45441000

45261000

45431200

45262500

45332000

45432110

45111100

45262100

45262660

45111213

45112700

45342000

45215100

45213312

45111240

45343230

45343200

45320000

98395000

45213150

45421141

45410000

45233139

45233141

44211000

09330000

31121000

45110000

71632000

45312200

77211500

45211310

45331000

50710000

45255420

45340000

50413000

50531200

45420000

50750000

71631430

45312100

50413200

45233210

50230000

45233293

45233290

50232000

45316110

45262700

71421000

45262520

45262650

45450000

45232452

45232410

45430000

45440000

45421151

45330000

71315300

45431000

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

The works to be procured under the proposed DPS are likely to be wide and varied, and cover all aspects of minor works to include but not limited to:

— asbestos,

— brickwork,

— carpentry and joinery,

— cleaning and clearance,

— drainage,

— electrical,

— energy efficiency,

— fencing and gates,

— fire,

— foundations,

— general construction multi trade,

— glazing,

— groundworks,

— heating, gas appliances and installations,

— highways,

— landscaping,

— lifts,

— masonry,

— modern methods of construction,

— painting and decorating,

— plasterwork and other finishes,

— plumbing,

— principal contractor,

— roofing,

— scaffolding,

— specialist treatment,

— wall, floor, tile and sheet finishes.

The DPS can be filtered by service templates, geographical region and value banding. LCP Members may therefore invite all the suppliers within a particular service category requirement. This option shall be set out within SProc.Net at the time of call-off.

The supplier agreement includes a set of terms and conditions that may be utilised by the parties for subsequent call-offs under the DPS (albeit Contracting Authorities are permitted to incorporate their own preferred forms subject to their ongoing compliance with the restricted procedure under which this DPS is being procured).

The DPS in itself is therefore not a contract; contracts are only formed when Services are called-off under the DPS.

The tender documents issued by Contracting Authorities for specific call-offs under this DPS will fully confirm the specific terms and conditions applicable for the execution of the works.

Suppliers should also note that this DPS places no obligation on its approved users to procure any Minor Works during the term of this DPS.

LCP is working in association with adam HTT Ltd to develop and maintain this DPS.

Suppliers should read this Contract Notice carefully and in full before submitting their application to join the DPS.

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: 2 000 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 144

This contract is subject to renewal: Yes

Description of renewals:

An initial term of 7 years with an option to extend on a rolling 12-month basis for a further period of up to 5 years.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The Council will have an option to extend the duration of the DPS following an initial 7-year period on a rolling 12-month basis for a period of up to 5 years.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

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:

Selection criteria as stated in the procurement documents.

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.2) Conditions related to the contract

III.2.2) Contract performance conditions

Contract documents available at http://demand.sproc.net

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 24/06/2031

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

A full copy of the procurement documentation relating to this DPS procurement will be available for unrestricted and full direct access, free of charge from the date of publication of the Contract Notice via: http://demand.sproc.net

The Council wishes to establish a DPS for use by current and future LCP Members and other public sector bodies. Service provision will be across a wide range of public sectors including (but not limited to) housing, education, social services, care, health, environmental, highways, etc.

The public sector bodies (and their statutory successors) to whom the use of this DPS will be open, on the proviso that they have an administrative office within the M25 of Greater London include by not limited to the following list:

Members of the London Construction Programme and other public sector organisations in London:

— Government departments and its agencies,

— Canal and River Trust

— Local Authorities,

— National Parks Authorities,

— The Corporate Officer of the Lead of House of Lords and the Corporate Officer of the Leader of the House of Commons,

— Educational establishments across England and Wales maintained by the Department for Education including Academies, Colleges, Free Schools, LA Maintained Schools, other types, Special Schools, Universities,

— social enterprises within the culture and leisure sectors in the United Kingdom,

— police forces in the United Kingdom,

— Fire and Rescue services in the United Kingdom,

— NHS Bodies including acute trusts, clinical commissioning groups, mental health trusts, health and care trusts, ambulance trusts, area teams, specialist health authorities, others and NHS property services,

— Department of Health Advisory Bodies and Committees,

— hospices in the UK,

— registered providers of social housing,

— Care Quality Commission, independent regulator of health and social care in the UK,

— care homes,

— mental health service,

— national housing federation,

— third sector and charities,

— charities in the UK,

— citizens advice bureau,

— Limited Companies and other enterprises owned by other bodies other than those listed above but qualifying as Bodies Governed by Public Law for the purposes of the Public Contracts Regulations 2015.

VI.4) Procedures for review

VI.4.1) Review body

London Borough of Haringey

1st Floor, River Park House, 225 High Road, Wood Green

London

N22 8HQ

UK

Telephone: +44 2084895305

E-mail: LCP-DPS-Services@haringey.gov.uk

Internet address(es)

URL: https://www.haringey.gov.uk

VI.4.2) Body responsible for mediation procedures

London Borough of Haringey

1st Floor, River Park House, 225 High Road, Wood Green

London

N22 8HQ

UK

Telephone: +44 2084895305

E-mail: LCP-DPS-Services@haringey.gov.uk

Internet address(es)

URL: https://www.haringey.gov.uk

VI.4.4) Service from which information about the review procedure may be obtained

Adam HTT Ltd

The Pinnacle, 170 Midsummer Boulevard

Milton Keynes

MK9 1BP

UK

E-mail: supplier.engagement@useadam.co.uk

Internet address(es)

URL: http://demand.sproc.net/

VI.5) Date of dispatch of this notice

24/06/2019

Coding

Commodity categories

ID Title Parent category
45262660 Asbestos-removal work Special trade construction works other than roof works
45211310 Bathrooms construction work Construction work for multi-dwelling buildings and individual houses
45262520 Bricklaying work Special trade construction works other than roof works
45262700 Building alteration work Special trade construction works other than roof works
45210000 Building construction work Works for complete or part construction and civil engineering work
45110000 Building demolition and wrecking work and earthmoving work Site preparation work
45300000 Building installation work Construction work
71315300 Building surveying services Building services
45312200 Burglar-alarm system installation work Alarm system and antenna installation work
45213312 Car park building construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45262650 Cladding works Special trade construction works other than roof works
45000000 Construction work Construction and Real Estate
45215100 Construction work for buildings relating to health Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45451000 Decoration work Other building completion work
45111100 Demolition work Demolition, site preparation and clearance work
45232452 Drainage works Ancillary works for pipelines and cables
45310000 Electrical installation work Building installation work
45261000 Erection and related works of roof frames and coverings Roof works and other special trade construction works
45342000 Erection of fencing Fencing, railing and safety equipment installation work
45340000 Fencing, railing and safety equipment installation work Building installation work
45312100 Fire-alarm system installation work Alarm system and antenna installation work
45343200 Firefighting equipment installation work Fire-prevention installation works
45430000 Floor and wall covering work Building completion work
45432110 Floor-laying work Floor-laying and covering, wall-covering and wall-papering work
50531200 Gas appliance maintenance services Repair and maintenance services for non-electrical machinery
31121000 Generating sets Generators
45441000 Glazing work Painting and glazing work
45111240 Ground-drainage work Demolition, site preparation and clearance work
45331000 Heating, ventilation and air-conditioning installation work Plumbing and sanitary works
45233139 Highway maintenance work Construction, foundation and surface works for highways, roads
45421131 Installation of doors Joinery work
45421151 Installation of fitted kitchens Joinery work
45421141 Installation of partitioning Joinery work
45316110 Installation of road lighting equipment Installation work of illumination and signalling systems
45233290 Installation of road signs Construction, foundation and surface works for highways, roads
45233293 Installation of street furniture Construction, foundation and surface works for highways, roads
45421132 Installation of windows Joinery work
45320000 Insulation work Building installation work
45420000 Joinery and carpentry installation work Building completion work
45421000 Joinery work Joinery and carpentry installation work
71421000 Landscape gardening services Landscape architectural services
45112700 Landscaping work Excavating and earthmoving work
71631430 Leak-testing services Technical inspection services
50750000 Lift-maintenance services Repair and maintenance services of building installations
98395000 Locksmith services Other services
50232000 Maintenance services of public-lighting installations and traffic lights Repair, maintenance and associated services related to roads and other equipment
45262500 Masonry and bricklaying work Special trade construction works other than roof works
45213150 Office block construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45255420 Onshore fabrication work Construction work for the oil and gas industry
45450000 Other building completion work Building completion work
45440000 Painting and glazing work Building completion work
45442110 Painting work of buildings Application work of protective coatings
45410000 Plastering work Building completion work
45332000 Plumbing and drain-laying work Plumbing and sanitary works
45330000 Plumbing and sanitary works Building installation work
44211000 Prefabricated buildings Structures and parts of structures
45453100 Refurbishment work Overhaul and refurbishment work
50000000 Repair and maintenance services Other Services
50413000 Repair and maintenance services of checking apparatus Repair and maintenance services of measuring, testing and checking apparatus
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
50413200 Repair and maintenance services of firefighting equipment Repair and maintenance services of checking apparatus
50230000 Repair, maintenance and associated services related to roads and other equipment Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
45233141 Road-maintenance works Construction, foundation and surface works for highways, roads
45262100 Scaffolding work Special trade construction works other than roof works
45232410 Sewerage work Ancillary works for pipelines and cables
45111213 Site-clearance work Demolition, site preparation and clearance work
09330000 Solar energy Electricity, heating, solar and nuclear energy
45343230 Sprinkler systems installation work Fire-prevention installation works
45233210 Surface work for highways Construction, foundation and surface works for highways, roads
71632000 Technical testing services Technical inspection and testing services
45431000 Tiling work Floor and wall covering work
77211500 Tree-maintenance services Services incidental to logging
45431200 Wall-tiling work Tiling work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier.engagement@useadam.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.