An official website of the European Union
All official European Union website addresses are in the europa.eu domain.
български (BG)
español (ES)
čeština (CS)
dansk (DA)
deutsch (DE)
eesti (ET)
ελληνικά (EL)
english (EN)
français (FR)
gaeilge (GA)
hrvatski (HR)
italiano (IT)
latviešu (LV)
lietuvių (LT)
magyar (HU)
malti (MT)
nederlands (NL)
polski (PL)
português (PT)
română (RO)
slovenčina (SK)
slovenščina (SL)
suomi (FI)
svenska (SV)
Successfully signed out
You are signed out of the TED application, but you 're still logged in to EU Login. If you wish to logout of EU Login, please click here
292957-2019 - Competition
Notice View
Summary
I.1.
Name and addresses
Official name: London Borough of Haringey
Official name: London Borough of Haringey
Postal address: 1st Floor, River Park House, 225 High Road, Wood Green
Town: London
NUTS code: UKI London
Postal code: N22 8HQ
Country: United Kingdom
Contact person: Supplier Engagement Team
Internet address(es):
Main address: https://londonconstructionprogramme.co.uk
Address of the buyer profile: http://demand.sproc.net
I.5.
Main activity
General public services
General public services
II.1.1.
Title
Dynamic Purchasing System for the Provision of Minor Works
II.1.2.
Main CPV code
45000000 Construction work
45000000 Construction work
II.1.3.
Type of contract
Works
Works
II.1.5.
Estimated total value
Value excluding VAT: 2 000 000 000,00 GBP
Value excluding VAT: 2 000 000 000,00 GBP
II.1.6.
Information about lots
This contract is divided into lots: no
This contract is divided into lots: no
II.2.2.
Additional CPV code(s)
45210000 Building construction work, 50000000 Repair and maintenance services, 45300000 Building installation work, 45310000 Electrical installation work, 45453100 Refurbishment work, 45442110 Painting work of buildings, 45451000 Decoration work, 45421000 Joinery work, 45421131 Installation of doors, 45421132 Installation of windows, 45441000 Glazing work, 45261000 Erection and related works of roof frames and coverings, 45431200 Wall-tiling work, 45262500 Masonry and bricklaying work, 45332000 Plumbing and drain-laying work, 45432110 Floor-laying work, 45111100 Demolition work, 45262100 Scaffolding work, 45262660 Asbestos-removal work, 45111213 Site-clearance work, 45112700 Landscaping work, 45342000 Erection of fencing, 45215100 Construction work for buildings relating to health, 45213312 Car park building construction work, 45111240 Ground-drainage work, 45343230 Sprinkler systems installation work, 45343200 Firefighting equipment installation work, 45320000 Insulation work, 98395000 Locksmith services, 45213150 Office block construction work, 45421141 Installation of partitioning, 45410000 Plastering work, 45233139 Highway maintenance work, 45233141 Road-maintenance works, 44211000 Prefabricated buildings, 09330000 Solar energy, 31121000 Generating sets, 45110000 Building demolition and wrecking work and earthmoving work, 71632000 Technical testing services, 45312200 Burglar-alarm system installation work, 77211500 Tree-maintenance services, 45211310 Bathrooms construction work, 45331000 Heating, ventilation and air-conditioning installation work, 50710000 Repair and maintenance services of electrical and mechanical building installations, 45255420 Onshore fabrication work, 45340000 Fencing, railing and safety equipment installation work, 50413000 Repair and maintenance services of checking apparatus, 50531200 Gas appliance maintenance services, 45420000 Joinery and carpentry installation work, 50750000 Lift-maintenance services, 71631430 Leak-testing services, 45312100 Fire-alarm system installation work, 50413200 Repair and maintenance services of firefighting equipment, 45233210 Surface work for highways, 50230000 Repair, maintenance and associated services related to roads and other equipment, 45233293 Installation of street furniture, 45233290 Installation of road signs, 50232000 Maintenance services of public-lighting installations and traffic lights, 45316110 Installation of road lighting equipment, 45262700 Building alteration work, 71421000 Landscape gardening services, 45262520 Bricklaying work, 45262650 Cladding works, 45450000 Other building completion work, 45232452 Drainage works, 45232410 Sewerage work, 45430000 Floor and wall covering work, 45440000 Painting and glazing work, 45421151 Installation of fitted kitchens, 45330000 Plumbing and sanitary works, 71315300 Building surveying services, 45431000 Tiling work
45210000 Building construction work, 50000000 Repair and maintenance services, 45300000 Building installation work, 45310000 Electrical installation work, 45453100 Refurbishment work, 45442110 Painting work of buildings, 45451000 Decoration work, 45421000 Joinery work, 45421131 Installation of doors, 45421132 Installation of windows, 45441000 Glazing work, 45261000 Erection and related works of roof frames and coverings, 45431200 Wall-tiling work, 45262500 Masonry and bricklaying work, 45332000 Plumbing and drain-laying work, 45432110 Floor-laying work, 45111100 Demolition work, 45262100 Scaffolding work, 45262660 Asbestos-removal work, 45111213 Site-clearance work, 45112700 Landscaping work, 45342000 Erection of fencing, 45215100 Construction work for buildings relating to health, 45213312 Car park building construction work, 45111240 Ground-drainage work, 45343230 Sprinkler systems installation work, 45343200 Firefighting equipment installation work, 45320000 Insulation work, 98395000 Locksmith services, 45213150 Office block construction work, 45421141 Installation of partitioning, 45410000 Plastering work, 45233139 Highway maintenance work, 45233141 Road-maintenance works, 44211000 Prefabricated buildings, 09330000 Solar energy, 31121000 Generating sets, 45110000 Building demolition and wrecking work and earthmoving work, 71632000 Technical testing services, 45312200 Burglar-alarm system installation work, 77211500 Tree-maintenance services, 45211310 Bathrooms construction work, 45331000 Heating, ventilation and air-conditioning installation work, 50710000 Repair and maintenance services of electrical and mechanical building installations, 45255420 Onshore fabrication work, 45340000 Fencing, railing and safety equipment installation work, 50413000 Repair and maintenance services of checking apparatus, 50531200 Gas appliance maintenance services, 45420000 Joinery and carpentry installation work, 50750000 Lift-maintenance services, 71631430 Leak-testing services, 45312100 Fire-alarm system installation work, 50413200 Repair and maintenance services of firefighting equipment, 45233210 Surface work for highways, 50230000 Repair, maintenance and associated services related to roads and other equipment, 45233293 Installation of street furniture, 45233290 Installation of road signs, 50232000 Maintenance services of public-lighting installations and traffic lights, 45316110 Installation of road lighting equipment, 45262700 Building alteration work, 71421000 Landscape gardening services, 45262520 Bricklaying work, 45262650 Cladding works, 45450000 Other building completion work, 45232452 Drainage works, 45232410 Sewerage work, 45430000 Floor and wall covering work, 45440000 Painting and glazing work, 45421151 Installation of fitted kitchens, 45330000 Plumbing and sanitary works, 71315300 Building surveying services, 45431000 Tiling work
II.2.3.
Place of performance
NUTS code: UKI London
II.2.6.
Estimated value
Value excluding VAT: 2 000 000 000,00 GBP
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
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.
IV.2.2.
Time limit for receipt of tenders or requests to participate
Date: 24/06/2031
Date: 24/06/2031
IV.2.4.
Languages in which tenders or requests to participate may be submitted
English
English
VI.5.
Date of dispatch of this notice
24/06/2019
24/06/2019
Languages and formats
Notice
Official language
292957-2019 - CompetitionSee the notice on TED website 
292957-2019
292957-2019 - CompetitionUnited Kingdom-London: Construction work
OJ S 120/2019 25/06/2019
Contract notice
Works
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1.
Name and addresses
Official name: London Borough of Haringey
Official name: London Borough of Haringey
Postal address: 1st Floor, River Park House, 225 High Road, Wood Green
Town: London
NUTS code: UKI London
Postal code: N22 8HQ
Country: United Kingdom
Contact person: Supplier Engagement Team
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
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 submitted electronically via: https://www.sproc.net
I.4.
Type of the contracting authority
Regional or local authority
Regional or local authority
I.5.
Main activity
General public services
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 Construction work
45000000 Construction work
II.1.3.
Type of contract
Works
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
Value excluding VAT: 2 000 000 000,00 GBP
II.1.6.
Information about lots
This contract is divided into lots: no
This contract is divided into lots: no
II.2.
Description
II.2.2.
Additional CPV code(s)
45210000 Building construction work, 50000000 Repair and maintenance services, 45300000 Building installation work, 45310000 Electrical installation work, 45453100 Refurbishment work, 45442110 Painting work of buildings, 45451000 Decoration work, 45421000 Joinery work, 45421131 Installation of doors, 45421132 Installation of windows, 45441000 Glazing work, 45261000 Erection and related works of roof frames and coverings, 45431200 Wall-tiling work, 45262500 Masonry and bricklaying work, 45332000 Plumbing and drain-laying work, 45432110 Floor-laying work, 45111100 Demolition work, 45262100 Scaffolding work, 45262660 Asbestos-removal work, 45111213 Site-clearance work, 45112700 Landscaping work, 45342000 Erection of fencing, 45215100 Construction work for buildings relating to health, 45213312 Car park building construction work, 45111240 Ground-drainage work, 45343230 Sprinkler systems installation work, 45343200 Firefighting equipment installation work, 45320000 Insulation work, 98395000 Locksmith services, 45213150 Office block construction work, 45421141 Installation of partitioning, 45410000 Plastering work, 45233139 Highway maintenance work, 45233141 Road-maintenance works, 44211000 Prefabricated buildings, 09330000 Solar energy, 31121000 Generating sets, 45110000 Building demolition and wrecking work and earthmoving work, 71632000 Technical testing services, 45312200 Burglar-alarm system installation work, 77211500 Tree-maintenance services, 45211310 Bathrooms construction work, 45331000 Heating, ventilation and air-conditioning installation work, 50710000 Repair and maintenance services of electrical and mechanical building installations, 45255420 Onshore fabrication work, 45340000 Fencing, railing and safety equipment installation work, 50413000 Repair and maintenance services of checking apparatus, 50531200 Gas appliance maintenance services, 45420000 Joinery and carpentry installation work, 50750000 Lift-maintenance services, 71631430 Leak-testing services, 45312100 Fire-alarm system installation work, 50413200 Repair and maintenance services of firefighting equipment, 45233210 Surface work for highways, 50230000 Repair, maintenance and associated services related to roads and other equipment, 45233293 Installation of street furniture, 45233290 Installation of road signs, 50232000 Maintenance services of public-lighting installations and traffic lights, 45316110 Installation of road lighting equipment, 45262700 Building alteration work, 71421000 Landscape gardening services, 45262520 Bricklaying work, 45262650 Cladding works, 45450000 Other building completion work, 45232452 Drainage works, 45232410 Sewerage work, 45430000 Floor and wall covering work, 45440000 Painting and glazing work, 45421151 Installation of fitted kitchens, 45330000 Plumbing and sanitary works, 71315300 Building surveying services, 45431000 Tiling work
45210000 Building construction work, 50000000 Repair and maintenance services, 45300000 Building installation work, 45310000 Electrical installation work, 45453100 Refurbishment work, 45442110 Painting work of buildings, 45451000 Decoration work, 45421000 Joinery work, 45421131 Installation of doors, 45421132 Installation of windows, 45441000 Glazing work, 45261000 Erection and related works of roof frames and coverings, 45431200 Wall-tiling work, 45262500 Masonry and bricklaying work, 45332000 Plumbing and drain-laying work, 45432110 Floor-laying work, 45111100 Demolition work, 45262100 Scaffolding work, 45262660 Asbestos-removal work, 45111213 Site-clearance work, 45112700 Landscaping work, 45342000 Erection of fencing, 45215100 Construction work for buildings relating to health, 45213312 Car park building construction work, 45111240 Ground-drainage work, 45343230 Sprinkler systems installation work, 45343200 Firefighting equipment installation work, 45320000 Insulation work, 98395000 Locksmith services, 45213150 Office block construction work, 45421141 Installation of partitioning, 45410000 Plastering work, 45233139 Highway maintenance work, 45233141 Road-maintenance works, 44211000 Prefabricated buildings, 09330000 Solar energy, 31121000 Generating sets, 45110000 Building demolition and wrecking work and earthmoving work, 71632000 Technical testing services, 45312200 Burglar-alarm system installation work, 77211500 Tree-maintenance services, 45211310 Bathrooms construction work, 45331000 Heating, ventilation and air-conditioning installation work, 50710000 Repair and maintenance services of electrical and mechanical building installations, 45255420 Onshore fabrication work, 45340000 Fencing, railing and safety equipment installation work, 50413000 Repair and maintenance services of checking apparatus, 50531200 Gas appliance maintenance services, 45420000 Joinery and carpentry installation work, 50750000 Lift-maintenance services, 71631430 Leak-testing services, 45312100 Fire-alarm system installation work, 50413200 Repair and maintenance services of firefighting equipment, 45233210 Surface work for highways, 50230000 Repair, maintenance and associated services related to roads and other equipment, 45233293 Installation of street furniture, 45233290 Installation of road signs, 50232000 Maintenance services of public-lighting installations and traffic lights, 45316110 Installation of road lighting equipment, 45262700 Building alteration work, 71421000 Landscape gardening services, 45262520 Bricklaying work, 45262650 Cladding works, 45450000 Other building completion work, 45232452 Drainage works, 45232410 Sewerage work, 45430000 Floor and wall covering work, 45440000 Painting and glazing work, 45421151 Installation of fitted kitchens, 45330000 Plumbing and sanitary works, 71315300 Building surveying services, 45431000 Tiling work
II.2.3.
Place of performance
NUTS code: UKI London
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
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
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
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.2.10.
Information about variants
Variants will be accepted: no
Variants will be accepted: no
II.2.11.
Information about options
Options: yes
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
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information
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
Selection criteria as stated in the procurement documents
III.1.3.
Technical and professional ability
Selection criteria as stated in the procurement documents
Selection criteria as stated in the procurement documents
III.2.
Conditions related to the contract
III.2.2.
Section IV: Procedure
IV.1.
Description
IV.1.1.
Type of procedure
Restricted 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
The procurement involves the setting up of a dynamic purchasing system
IV.1.8.
Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
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
Date: 24/06/2031
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
English
Section VI: Complementary information
VI.1.
Information about recurrence
This is a recurrent procurement: no
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
Official name: London Borough of Haringey
Official name: London Borough of Haringey
Postal address: 1st Floor, River Park House, 225 High Road, Wood Green
Town: London
Postal code: N22 8HQ
Country: United Kingdom
E-mail: LCP-DPS-Services@haringey.gov.uk
Telephone: +44 2084895305
Internet address: https://www.haringey.gov.uk
VI.4.2.
Body responsible for mediation procedures
Official name: London Borough of Haringey
Official name: London Borough of Haringey
Postal address: 1st Floor, River Park House, 225 High Road, Wood Green
Town: London
Postal code: N22 8HQ
Country: United Kingdom
E-mail: LCP-DPS-Services@haringey.gov.uk
Telephone: +44 2084895305
Internet address: https://www.haringey.gov.uk
VI.4.4.
Service from which information about the review procedure may be obtained
Official name: Adam HTT Ltd
Official name: Adam HTT Ltd
Postal address: The Pinnacle, 170 Midsummer Boulevard
Town: Milton Keynes
Postal code: MK9 1BP
Country: United Kingdom
Internet address: http://demand.sproc.net/
VI.5.
Date of dispatch of this notice
24/06/2019
24/06/2019

Discover more on europa.eu
Social media
Social media
EU institutions and bodies
EU institutions and bodies