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

London Construction Programme Major Works Education Framework MW24-E

  • First published: 05 June 2024
  • Last modified: 05 June 2024
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-046d45
Published by:
London Borough of Haringey
Authority ID:
AA45155
Publication date:
05 June 2024
Deadline date:
16 July 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

LCP on behalf of Haringey Council is procuring a new major works framework specialising in education buildings, to replace the existing major works framework. Scope of works will include new education buildings, MMC, planned maintenance, retrofit, fire safety works, refurbishments, remediations and adaptations.

It will be established for a period of 5 years and will be available to any public sector body in London and the Home Counties. It is anticipated the framework will commence in November 2024.

The London Construction Programme (LCP) was established in 2012 by Haringey Council, supported by other London Local Authorities, to develop a pan-London strategy to improve construction procurement. The LCP currently has a membership of 60 London and Home County Public Sector organisations. The LCP is a 'virtual organisation' currently hosted and operated by Haringey Council's Strategic Procurement Team, led by the Chief Procurement Officer within the Council.

A new Framework is required to replace the current LCP Framework (MW19) which is due to expire in October 2024. The new Framework is to provide housing construction and housing construction related activities for new build developments, housing related planned maintenance, fire safety, retrofit and refurbishments according to the Lot Categories.

The services will be procured in 9 lots:

Lot 1.1 New Build £1m-£5m contract value

Lot 1.2 New Build £5m+ contract value

Lot 1.3 Single Stage tendering, £1m+ contract value

Lot 1.4 Modern Methods of Construction, (no minimum contract value)

Lot 2.1 Retrofit, refurbishment, adaptations and remediations £1m-£5m

Lot 2.2 Retrofit, refurbishment, adaptations and remediations £5m+

Lot 3.1 Planned component replacement works and fire safety works £1m-5m

Lot 3.2 Planned component replacement works and fire safety works £5m+

There is no restriction to the number of Lots a supplier can bid for or win.

LCP has reserved places for micro-, small-, medium- and large-enterprises on different Lots in order to encourage SMEs and provide choice for its Clients.

A Reserve List will also be used for this framework for those Tenderers who are unsuccessful in being awarded a place on the main Lots.

The framework will be established with four main objectives in mind:-

1. To support its Clients to deliver on their net zero commitments in the following areas:-

• Biodiversity assets

• Climate Change adaptation

• Zero Carbon Supply Chain

• Low Carbon Transportation

• Operational Low Carbon

2. To provide a fast and efficient route to market for education schemes across London and the Home Counties that offers value for money.

3. To drive positive change in mental health and equality, diversity and inclusion in the construction sector.

4. To apply best practice, unlock innovation and work collaboratively with its Client and the Supply Chain.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

LONDON BOROUGH OF HARINGEY

Civic Centre,High Road, Wood Green

LONDON

N228LE

UK

E-mail: lcp@haringey.gov.uk

NUTS: UKI

Internet address(es)

Main address: https://www.haringey.gov.uk/

I.3) Communication

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

https://s2c.waxdigital.co.uk/ProcurementLBHaringey/SignIn.aspx?SCT=7ab30d6a-a396-46b3-b879-6dae8e88da2d


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


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

London Construction Programme Major Works Education Framework MW24-E

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

LCP on behalf of Haringey Council is procuring a new major works framework specialising in education buildings, to replace the existing major works framework. Scope of works will include new education buildings, MMC, planned maintenance, retrofit, fire safety works, refurbishments, remediations and adaptations.

It will be established for a period of 5 years and will be available to any public sector body in London and the Home Counties. It is anticipated the framework will commence in November 2024.

The London Construction Programme (LCP) was established in 2012 by Haringey Council, supported by other London Local Authorities, to develop a pan-London strategy to improve construction procurement. The LCP currently has a membership of 60 London and Home County Public Sector organisations. The LCP is a 'virtual organisation' currently hosted and operated by Haringey Council's Strategic Procurement Team, led by the Chief Procurement Officer within the Council.

A new Framework is required to replace the current LCP Framework (MW19) which is due to expire in October 2024. The new Framework is to provide housing construction and housing construction related activities for new build developments, housing related planned maintenance, fire safety, retrofit and refurbishments according to the Lot Categories.

The services will be procured in 9 lots:

Lot 1.1 New Build £1m-£5m contract value

Lot 1.2 New Build £5m+ contract value

Lot 1.3 Single Stage tendering, £1m+ contract value

Lot 1.4 Modern Methods of Construction, (no minimum contract value)

Lot 2.1 Retrofit, refurbishment, adaptations and remediations £1m-£5m

Lot 2.2 Retrofit, refurbishment, adaptations and remediations £5m+

Lot 3.1 Planned component replacement works and fire safety works £1m-5m

Lot 3.2 Planned component replacement works and fire safety works £5m+

There is no restriction to the number of Lots a supplier can bid for or win.

LCP has reserved places for micro-, small-, medium- and large-enterprises on different Lots in order to encourage SMEs and provide choice for its Clients.

A Reserve List will also be used for this framework for those Tenderers who are unsuccessful in being awarded a place on the main Lots.

The framework will be established with four main objectives in mind:-

1. To support its Clients to deliver on their net zero commitments in the following areas:-

• Biodiversity assets

• Climate Change adaptation

• Zero Carbon Supply Chain

• Low Carbon Transportation

• Operational Low Carbon

2. To provide a fast and efficient route to market for education schemes across London and the Home Counties that offers value for money.

3. To drive positive change in mental health and equality, diversity and inclusion in the construction sector.

4. To apply best practice, unlock innovation and work collaboratively with its Client and the Supply Chain.

II.1.5) Estimated total value

Value excluding VAT: 3 000 000 000.00  GBP

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: 8

II.2) Description

Lot No: 1

II.2.1) Title

New build £1m-£5m

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKH12

UKH2

UKH3

UKI

UKJ

II.2.4) Description of the procurement

Lot 1.1 is for new build education buildings, for contracts between £1m-£5m.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 60

This contract is subject to renewal: No

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: 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

Lot No: 2

II.2.1) Title

1.2 New Build Education £5m+

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKH12

UKH2

UKH3

UKI

UKJ

II.2.4) Description of the procurement

Lot 1.2 is for new build education, contract values of £5m or more

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 60

This contract is subject to renewal: No

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: 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

Lot No: 3

II.2.1) Title

1.3 New Build, Single Stage Tendering, £1m+

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKH12

UKH2

UKH3

UKI

UKJ

II.2.4) Description of the procurement

Lot 1.3 is for new build education, procured by single stage tendering, for contract values of £1m or more

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 60

This contract is subject to renewal: No

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: 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

Lot No: 4

II.2.1) Title

1.4 New build MMC and temporary buildings

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKH12

UKH2

UKH3

UKI

UKJ

II.2.4) Description of the procurement

Lot 1.4 New Build education buildings using Modern Methods of Construction, and Temporary Buildings (no minimum contract value)

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 60

This contract is subject to renewal: No

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: 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

Lot No: 5

II.2.1) Title

2.1 Retrofit, refurbishment, adaptations and remediations £1m-£5m

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKH12

UKH2

UKH3

UKI

UKJ

II.2.4) Description of the procurement

Lot 2.1 Retrofit, refurbishment, adaptations and remediations for contracts worth £1m-£5m

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 60

This contract is subject to renewal: No

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: 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

Lot No: 6

II.2.1) Title

2.2 Retrofit, refurbishment, adaptations and remediations £5m+

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKH12

UKH2

UKH3

UKI

UKJ

II.2.4) Description of the procurement

Lot 2.2 Retrofit, refurbishment, adaptations and remediations for contracts worth £5m+

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 60

This contract is subject to renewal: No

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: 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

Lot No: 7

II.2.1) Title

3.1 Planned component replacement and fire safety works £1m-£5m

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKH12

UKH2

UKH3

UKI

UKJ

II.2.4) Description of the procurement

Lot 3.1 Planned component replacement and fire safety works contract value £5m+

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 60

This contract is subject to renewal: No

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: 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

Lot No: 8

II.2.1) Title

3.2 Planned component replacement and fire safety works £5m+

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKH12

UKH2

UKH3

UKI

UKJ

II.2.4) Description of the procurement

Lot 3.2 Planned component replacement and fire safety works for contract value £5m+

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months: 60

This contract is subject to renewal: No

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: 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

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:

There will be reserved spaces for micro, small, medium and large enterprises for certain Lots. This means minimum turnover thresholds will apply. Please refer to the tender documentation for further details.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Some lots have reserved spaces for micro-, small-, medium- and large-enterprises. This means minimum turnover thresholds will apply. Please refer to the tender documentation for further details.

"Local enterprise" for the purpose of this tender will have a minimum turnover of £1.5m, up to £3m

"Micro-enterprise" for the purpose of this tender will be a minimum turnover of £3m, up to £10m.

"Small-enterprise" for the purpose of this tender will be a minimum turnover of £10m, up to £30m.

"Medium-enterprise" for the purpose of this tender will be a minimum turnover of £30m, up to £50m.

"Large-enterprise" for the purpose of this tender will be a minimum turnover of £50m.


III.2) Conditions related to 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

The procurement involves the establishment of a framework agreement with several operators.

Justification for any framework agreement duration exceeding 4 years: LCP and many of its members have 5-year capital programmes. A significant proportion of the capital expenditure will be focused on providing new schools, refurbishment programmes including the retrofit of carbon reduction and environmentally friendly schemes to ensure schools are energy efficient and are decent places to learn.The establishment of education frameworks of this nature can be costly and time consuming, it is therefore the intention to establish this Framework for a period of five (5) years to align with the capital programmes and provide a consistent contractual vehicle to secure these works.It is contemplated there will be a mixture of short-, medium- and long-term contracts let through this Framework, with a pipeline of four long term (5+5 year) partnering contracts of between £160m and £200m each in 2024 to support the Council's decent homes programmes.This Framework is intended to support LCP's members in being able to provide a flexible and compliant route to market to support government funding requirements. A 5-year Framework provides incentives to suppliers to recruit and train staff, as well as access to savings through aggregation of purchaser demand.

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date: 16/07/2024

Local time: 12:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 16/07/2024

Local time: 13:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The framework is open to all public sector organisations within the specified geographic area. This includes (but is not limited to):-

Local Authorities include all County, City, District and Borough Councils, London Borough and London public sector organisations.

Central Government Department and Agencies http://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1

Government Departments, agencies and public bodies

https://www.gov.uk/government/organisations

Education establishments (schools, school governing bodies; voluntary aided schools; foundation schools; any faith educational establishments including the Roman Catholic Dioceses and Anglican Dioceses, associated with the named Local Authorities including diocesan authorities; academies; free schools, city technology colleges; foundation partnerships; education authorities, publicly funded schools, universities, colleges, further education establishments; higher education establishments and other educational establishments)

http://www.education.gov.uk/edubase/public/quickSearchResult.xhtml?myListCount=0

https://www.gov.uk/find-school-in-england

http://www.schoolswebdirectory.co.uk/

https://www.gov.uk/check-a-university-is-officially-recognised/recognised-bodies

http://search.ucas.com/

http://learning-provider.data.ac.uk

National Parks Authorities

http://www.nationalparksengland.org.uk

Social Enterprises within Culture and Leisure

Registered providers of Social Housing

https://www.gov.uk/government/publications/current-registered-providers-of-social-housing

Police Forces

http://www.police.uk/?view=force_sites

https://www.gov.uk/police-and-crime-commissioners

Fire and Rescue Services

http://www.fireservice.co.uk/information/ukfrs

NHS Bodies England

https://digital.nhs.uk/services/directory-of-services-dos

Third Sector and Charities in the United Kingdom:

http://register-of-charities.charitycommission.gov.uk/

http://www.oscr.org.uk/

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 8QR

UK

Telephone: +44 2084893918

E-mail: LCP@HARINGEY.GOV.UK

VI.5) Date of dispatch of this notice

04/06/2024

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate

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:
lcp@haringey.gov.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.