Contract notice
Section I: Contracting
authority
I.1) Name and addresses
London Borough of Sutton
1 Carshalton Rd, Sutton
London
SM1 4LE
UK
E-mail: lcp@haringey.gov.uk
NUTS: UKI
Internet address(es)
Main address: www.haringey.gov.uk
Address of the buyer profile: https://londonconstructionprogramme.co.uk/services/dynamic-purchasing-systems/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://londonconstructionprogramme.co.uk/services/dynamic-purchasing-systems/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://londonconstructionprogramme.co.uk/services/dynamic-purchasing-systems/
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
FRA Remedial Works
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
Description of WorksA brief overview of the project/services you are procuring, you should provide enough detail to encourage prospective suppliers to download the full spec/ITT etc Fire Safety Works will be allocated and carried out against the Risk Rated Programme in closecoordination with SHP.Fire Safety Works will include, but not be limited to the following and will incorporate all itemsidentified in the inspections, surveys and Risk Rated Programme of Works as developed: -● Communal areas;● Individual properties;● Roof spaces areas, including water tank and plant rooms;● Loft spaces;● Basement areas;● Boiler and plant rooms;● Intake cupboards;● Vertical and horizontal service risers (where demountable panels exist);● Lift shafts and pits;● Bin store locations;● Refuse chutes;● Garage blocks;● Storage areas;● Any other unspecified areas.
II.1.5) Estimated total value
Value excluding VAT:
2 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45000000
45300000
45340000
45343000
45343100
45343200
45343210
45343220
45343230
71000000
71300000
71310000
71317000
71317100
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
Description of WorksA brief overview of the project/services you are procuring, you should provide enough detail to encourage prospective suppliers to download the full spec/ITT etc Fire Safety Works will be allocated and carried out against the Risk Rated Programme in closecoordination with SHP.Fire Safety Works will include, but not be limited to the following and will incorporate all itemsidentified in the inspections, surveys and Risk Rated Programme of Works as developed: -● Communal areas;● Individual properties;● Roof spaces areas, including water tank and plant rooms;● Loft spaces;● Basement areas;● Boiler and plant rooms;● Intake cupboards;● Vertical and horizontal service risers (where demountable panels exist);● Lift shafts and pits;● Bin store locations;● Refuse chutes;● Garage blocks;● Storage areas;● Any other unspecified areas.
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:
2 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
02/02/2026
End:
02/02/2029
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
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:
11/12/2025
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.4) Procedures for review
VI.4.1) Review body
London Borough of Haringey
London
UK
VI.5) Date of dispatch of this notice
20/11/2025