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 General Works Framework MW25-GW

  • First published: 26 March 2025
  • Last modified: 26 March 2025
  • 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-04e6d8
Published by:
London Borough of Haringey
Authority ID:
AA45155
Publication date:
26 March 2025
Deadline date:
21 April 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The London Construction Programme (LCP) on behalf of Haringey Council is procuring a new general works framework. The scope of works will include a wide range of works across multiple types of buildings including individual, multiple occupancy, residential, commercial, heritage, community and those operated by the public sector on a 24 hour basis (i.e. police, health, fire and rescue, care homes etc.). The scope of the works will include (but not limited to), new buildings, MMC, planned and preventative maintenance, refurbishment, retrofit, fire safety works, heritage related works, remediations, mechanical and engineering services, renewable energy systems and adaptations.

The Framework 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 September 2025.

The London Construction Programme was established in 2012 by Haringey Council was, encouraged and supported by other London Local Authorities through London Councils, to develop a pan-London strategy to improve construction related procurement and establish a suite of collaborative contractual vehicles which public sector organisations can utilise. The LCP currently has a total membership of over 60 Public Sector organisations in London and Home County. The LCP is a 'virtual organisation' currently hosted and operated by Haringey Council.

The current LCP Framework (MW19) expired in October 2024. This new Framework is to provide General Works construction and General Works construction related activities for new build developments, building related planned component replacement, fire safety, remediations, retrofit and refurbishments according to the Lot Categories.

The services will be procured in 16 lots:

Lot GN1 New Build up to £7.5m contract value

Lot GN2 New Build £6m - £15m contract value

Lot GN3 New Build £14m+ contract value

Lot GNPS New Build £1+ (i.e.no minimum contract value)

Lot GF1 Fire Safety Works up to £7.5m contract value

Lot GF2 Fire Safety Works £6m - £15m contract value

Lot GF3 Fire Safety Works £14m+ contract value

Lot GFPS Fire Safety Works £1+ (i.e.no minimum contract value)

Lot GR1 Refurbishment and Retrofit up to £7.5m contract value

Lot GR2 Refurbishment and Retrofit £6m - £15m contract value

Lot GR3 Refurbishment and Retrofit £14m+ contract value

Lot GRPS Refurbishment and Retrofit £1+ (i.e.no minimum contract value)

Lot GP1 Planned Preventative Maintenance up to £7.5m contract value

Lot GP2 Planned Preventative Maintenance £6m - £15m contract value

Lot GP3 Planned Preventative Maintenance £14m+ contract value

Lot GPPS Planned Preventative Maintenance £1+ (i.e.no minimum contract value)

Tenderers are restricted to applying for a maximum of two sub lots, plus the PS sub lot in each of the primary Lots (i.e. New Build, Fire Safety Works, refurbishment and retrofit, Planned Preventative Maintenance).

There are reserved places for micro and small 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 primary 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 changes in mental health and equality, diversity and inclusion in the construction sector.

4. To apply best practice, un

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

LONDON BOROUGH OF HARINGEY

Alexandra House, 10 Station Road, Wood Green

LONDON

N22 7TR

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/DisplayModules/TradeModules/Negotiations/Opportunities/ListEvents.aspx


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://s2c.waxdigital.co.uk/ProcurementLBHaringey/DisplayModules/TradeModules/Negotiations/Opportunities/ListEvents.aspx


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 General Works Framework MW25-GW

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The London Construction Programme (LCP) on behalf of Haringey Council is procuring a new general works framework. The scope of works will include a wide range of works across multiple types of buildings including individual, multiple occupancy, residential, commercial, heritage, community and those operated by the public sector on a 24 hour basis (i.e. police, health, fire and rescue, care homes etc.). The scope of the works will include (but not limited to), new buildings, MMC, planned and preventative maintenance, refurbishment, retrofit, fire safety works, heritage related works, remediations, mechanical and engineering services, renewable energy systems and adaptations.

The Framework 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 September 2025.

The London Construction Programme was established in 2012 by Haringey Council was, encouraged and supported by other London Local Authorities through London Councils, to develop a pan-London strategy to improve construction related procurement and establish a suite of collaborative contractual vehicles which public sector organisations can utilise. The LCP currently has a total membership of over 60 Public Sector organisations in London and Home County. The LCP is a 'virtual organisation' currently hosted and operated by Haringey Council.

The current LCP Framework (MW19) expired in October 2024. This new Framework is to provide General Works construction and General Works construction related activities for new build developments, building related planned component replacement, fire safety, remediations, retrofit and refurbishments according to the Lot Categories.

The services will be procured in 16 lots:

Lot GN1 New Build up to £7.5m contract value

Lot GN2 New Build £6m - £15m contract value

Lot GN3 New Build £14m+ contract value

Lot GNPS New Build £1+ (i.e.no minimum contract value)

Lot GF1 Fire Safety Works up to £7.5m contract value

Lot GF2 Fire Safety Works £6m - £15m contract value

Lot GF3 Fire Safety Works £14m+ contract value

Lot GFPS Fire Safety Works £1+ (i.e.no minimum contract value)

Lot GR1 Refurbishment and Retrofit up to £7.5m contract value

Lot GR2 Refurbishment and Retrofit £6m - £15m contract value

Lot GR3 Refurbishment and Retrofit £14m+ contract value

Lot GRPS Refurbishment and Retrofit £1+ (i.e.no minimum contract value)

Lot GP1 Planned Preventative Maintenance up to £7.5m contract value

Lot GP2 Planned Preventative Maintenance £6m - £15m contract value

Lot GP3 Planned Preventative Maintenance £14m+ contract value

Lot GPPS Planned Preventative Maintenance £1+ (i.e.no minimum contract value)

Tenderers are restricted to applying for a maximum of two sub lots, plus the PS sub lot in each of the primary Lots (i.e. New Build, Fire Safety Works, refurbishment and retrofit, Planned Preventative Maintenance).

There are reserved places for micro and small 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 primary 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 changes 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 maximum 12 lots

II.2) Description

Lot No: GN1

II.2.1) Title

General New Build Works Valued up to £7.5m

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 GN1 is for general works in respect of new build, for contracts valued up to £7.5m.

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: GN2

II.2.1) Title

General New Build Works £6m- £15m

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKH2

UKH3

UKI

UKJ

II.2.4) Description of the procurement

Lot GN2 is for general works in respect of new build, for contracts valued from £6m to £15m

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: GN3

II.2.1) Title

General New Build Works £14m+

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKH2

UKH3

UKI

UKJ

II.2.4) Description of the procurement

Lot GN3 is for general works in respect of new build, for contracts valued at £14m+

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: GNPS

II.2.1) Title

General New Build Works for Public Sector Buildings

II.2.2) Additional CPV code(s)

45000000

II.2.3) Place of performance

NUTS code:

UKH2

UKH3

UKI

UKJ

II.2.4) Description of the procurement

Lot GNPS is for general works in respect of new build in relation to public sector buildings, including those which operate on a 24 hour basis (i.e. police, health, fire and rescue, care homes etc.), for contracts of any 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: GF1

II.2.1) Title

Fire and Safety Works Valued up to £7.5m

II.2.2) Additional CPV code(s)

31625100

31625200

35121700

44221220

44480000

45000000

51700000

II.2.3) Place of performance

NUTS code:

UKH2

UKH3

UKI

UKJ

II.2.4) Description of the procurement

Lot GF1 is for general and specialist works in respect of Fire and Safety, for contracts valued up to £7.5m

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: GF2

II.2.1) Title

Fire and Safety Works Valued £6m to £15m

II.2.2) Additional CPV code(s)

31625100

31625200

44221220

44480000

45000000

51700000

II.2.3) Place of performance

NUTS code:

UKH2

UKH3

UKI

UKJ

II.2.4) Description of the procurement

Lot GF2 is for general and specialist works in respect of Fire and Safety, for contracts valued £6m to £15m

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: GF3

II.2.1) Title

Fire and Safety Works Valued £14m+

II.2.2) Additional CPV code(s)

31625100

31625200

44221220

44480000

45000000

51700000

II.2.3) Place of performance

NUTS code:

UKH2

UKH3

UKI

UKJ

II.2.4) Description of the procurement

Lot GF3 is for general and specialist works in respect of Fire and Safety, for contracts valued £14m+

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: GFPS

II.2.1) Title

Fire and Safety works for Public Sector Buildings

II.2.2) Additional CPV code(s)

31625100

31625200

44221220

44480000

45000000

51700000

II.2.3) Place of performance

NUTS code:

UKH2

UKH3

UKI

UKJ

II.2.4) Description of the procurement

Lot GFPS is for general and specialist works in respect of Fire and Safety, for Public Sector buildings, including those which operate on a 24 hour basis (i.e. police, health, fire and rescue, care homes etc.), for contracts of any 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.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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: GR1

II.2.1) Title

Refurbishment and Retrofit Works Valued up to £7.5m

II.2.2) Additional CPV code(s)

39141400

39298900

45000000

50700000

50800000

II.2.3) Place of performance

NUTS code:

UKH2

UKH3

UKI

UKJ

II.2.4) Description of the procurement

Lot GR1 is for refurbishment and retrofit works, for contracts valued up to £7.5m.

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: GR2

II.2.1) Title

Refurbishment and Retrofit £6m- £15m

II.2.2) Additional CPV code(s)

39141400

39298900

39314000

45000000

50700000

50800000

II.2.3) Place of performance

NUTS code:

UKH2

UKH3

UKI

UKJ

II.2.4) Description of the procurement

Lot GR2 is for refurbishment and retrofit works, for contracts valued from £6m to £15m

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: GR3

II.2.1) Title

Refurbishment and Retrofit Works £14m+

II.2.2) Additional CPV code(s)

39141400

39298900

39314000

45000000

50700000

50800000

II.2.3) Place of performance

NUTS code:

UKH2

UKH3

UKI

UKJ

II.2.4) Description of the procurement

Lot GR3 is for refurbishment and retrofit works, for contracts valued at £14m+

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: GRPS

II.2.1) Title

Refurbishment and Retrofit Works for Public Sector Buildings

II.2.2) Additional CPV code(s)

39141400

39298900

39314000

45000000

50700000

50800000

II.2.3) Place of performance

NUTS code:

UKH2

UKH3

UKI

UKJ

II.2.4) Description of the procurement

Lot GRPS is for refurbishment and retrofit works in respect of new build in relation to public sector buildings, including those which operate on a 24 hour basis (i.e. police, health, fire and rescue, care homes etc.), for contracts of any 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: GP1

II.2.1) Title

Planned and Preventative Maintenance Works Valued up to £7.5m

II.2.2) Additional CPV code(s)

31625100

31625200

39141400

39298900

39314000

44221220

44480000

45000000

51700000

II.2.3) Place of performance

NUTS code:

UKH2

UKH3

UKI

UKJ

II.2.4) Description of the procurement

Lot GP1 is for planned and preventative maintenance, for contracts valued up to £7.5m

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: GP2

II.2.1) Title

Planned and Preventative Maintenance Works Valued £6m to £15m

II.2.2) Additional CPV code(s)

31625100

31625200

39141400

39298900

44221220

44480000

45000000

51700000

II.2.3) Place of performance

NUTS code:

UKH2

UKH3

UKI

UKJ

II.2.4) Description of the procurement

Lot GP2 is for planned and preventative maintenance, for contracts valued £6m to £15m

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: GP3

II.2.1) Title

Planned and Preventative Maintenance Works Valued £14m+

II.2.2) Additional CPV code(s)

31625100

31625200

39141000

39298900

39314000

44480000

45000000

51700000

II.2.3) Place of performance

NUTS code:

UKH2

UKH3

UKI

UKJ

II.2.4) Description of the procurement

Lot GP3 is for planned and preventative maintenance, for contracts valued £14m+

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: GPPS

II.2.1) Title

Planned and Preventative Maintenance Works for Public Sector Buildings

II.2.2) Additional CPV code(s)

31625100

31625200

39141400

39298900

39314000

44221220

44480000

45000000

51700000

II.2.3) Place of performance

NUTS code:

UKH2

UKH3

UKI

UKJ

II.2.4) Description of the procurement

Lot GNPS is for planned and preventative maintenance, for Public Sector buildings, including those which operate on a 24 hour basis (i.e. police, health, fire and rescue, care homes etc.), for contracts of any 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

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 and small enterprises for certain Lots. This means minimum turnover thresholds will apply. Please refer to the tender documentation for further details.

Some Lots will require certain accreditations, these are stated in the Tender documents.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

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

"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.

Minimum financial standing requirements are stated in the Tender documents.


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: The LCP and many of its members have 5-year capital programmes. A significant proportion of the capital expenditure will be focused on providing new buildings, extensions, fire safety works, planned maintenance, refurbishment programmes including the retrofit of carbon reduction and environmentally friendly schemes to ensure buildings are energy efficient and are decent places within which to work and visit.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. It is contemplated some works may exceed a five year period and that of the term of the Framework.This Framework is intended to support LCP's members (60+) 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 purchasing power.

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: 21/04/2025

Local time: 17:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 22/04/2025

Local time: 09:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

For further details on how to access and complete the Tender submissions, please refer to Document 1 Invitation to Tender Document MW25-GW on the Haringey HPCS Portal London Borough of Haringey - Upcoming Opportunities. Please note, Tenderers may be required to register on the portal to access this opportunity.

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 Boroughs), and their arms length 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/

Any other Public Sector organisation located within London and the regions specified in this notice.

VI.4) Procedures for review

VI.4.1) Review body

LONDON BOROUGH OF HARINGEY

Alexandra House, 10 Station Road, Wood Green London

London

N22 7TR

UK

E-mail: LCP@HARINGEY.GOV.UK

VI.5) Date of dispatch of this notice

21/02/2025

Coding

Commodity categories

ID Title Parent category
35121700 Alarm systems Security equipment
45000000 Construction work Construction and Real Estate
44221220 Fire doors Windows, doors and related items
31625200 Fire-alarm systems Burglar and fire alarms
31625100 Fire-detection systems Burglar and fire alarms
39141400 Fitted kitchens Kitchen furniture and equipment
39314000 Industrial kitchen equipment Catering equipment
51700000 Installation services of fire protection equipment Installation services (except software)
39141000 Kitchen furniture and equipment Domestic furniture
39298900 Miscellaneous decoration items Statuettes, ornaments; photograph or picture frames, and mirrors
44480000 Miscellaneous fire-protection equipment Miscellaneous fabricated products and related items
50800000 Miscellaneous repair and maintenance services Repair and maintenance services
50700000 Repair and maintenance services of building installations Repair and maintenance services

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.