Contract notice
Section I: Contracting
authority
I.1) Name and addresses
LONDON BOROUGH OF HARINGEY
Civic Centre,High Road, Wood Green
LONDON
N228LE
UK
Contact person: Shona Snow
E-mail: shona.snow@haringey.gov.uk
NUTS: UKI
Internet address(es)
Main address: https://www.haringey.gov.uk/
I.2) Joint procurement
The contract is awarded by a central purchasing body
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 electronically to:
https://s2c.waxdigital.co.uk/ProcurementLBHaringey/SignIn.aspx?SCT=7ab30d6a-a396-46b3-b879-6dae8e88da2d
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 Housing Framework MW24-H
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 housing and residential, to replace the existing major works framework. Scope of works will include new build housing, MMC, planned maintenance, retrofit, fire safety works, refurbishments 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 August 2024 with a clear pipeline of work that will be called-off soon after.
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 £5-£15m contract value
Lot 1.2 New Build £10m-£25m contract value
Lot 1.3 New Build £20m+ contract value
Lot 1.4 Single Stage tendering, £5m+ contract value
Lot 1.5 Modern Methods of Construction, £5m+ contract value
Lot 1.6 Passivhaus or equivalent, £5m+ contract value
Lot 2.1 Planned maintenance and fire safety works £1m+
Lot 2.2 Retrofit, refurbishment and adaptations
Lot 2.3 Multi-use, £1m+ contract value
Tenderers may bid for more than one Lot but only two out of the three available value bands.
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 housing 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
Lot 1.1 New Build £5m - £15m
II.2.2) Additional CPV code(s)
45000000
II.2.3) Place of performance
NUTS code:
UKH12
UKH2
UKH3
UKI
UKJ1
UKJ2
UKJ3
UKJ4
II.2.4) Description of the procurement
Lot 1.1 is for new build and residential, for contracts between £5m and £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: 2
II.2.1) Title
Lot 1.2 New Build £10m - £25m
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 housing, contract value between £10m and £25m.
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
Lot 1.3 New Build £20m+
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 housing, contract values of £25m 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
Lot 1.4 New Build Single Stage tendering £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 1.4 is for new build housing, using the single stage tender procurement route only, and for contracts worth £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: 5
II.2.1) Title
Lot 1.5 Modern Methods of Construction £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 1.5 is for new build housing using Modern Methods of Construction, for contracts wroth £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: 6
II.2.1) Title
Lot 1.6 New Build Passivhaus or equivalent £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 1.6 is for new build housing to Passivhaus standard or equivalent, for contracts worth £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: 7
II.2.1) Title
Lot 2.1 Planned maintenance and fire safety £5m+
II.2.2) Additional CPV code(s)
45000000
50000000
II.2.3) Place of performance
NUTS code:
UKH12
UKH2
UKH3
UKI
UKJ
II.2.4) Description of the procurement
Lot 2.1 is for Planned maintenance and fire safety works on residential and housing developments, for contracts worth £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: 8
II.2.1) Title
Lot 2.2 Retrofit, refurbishment and adaptations
II.2.2) Additional CPV code(s)
45000000
50000000
II.2.3) Place of performance
NUTS code:
UKH12
UKH2
UKH3
UKI
UKJ
II.2.4) Description of the procurement
Lot 2.2 is for Retrofit, refurbishment and adaptations of housing and residential developments, with 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: 9
II.2.1) Title
Lot 2.3 Multi-use Lot £1m+
II.2.2) Additional CPV code(s)
45000000
50000000
II.2.3) Place of performance
NUTS code:
UKH12
UKH2
UKH3
UKI
UKJ
II.2.4) Description of the procurement
Lot 2.2 is for planned maintenance, fire safety works, retrofitting works, refurbishment and adaptations of housing and residential developments, with a minimum contract value 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
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.
"Micro-enterprise" for the purpose of this tender will be a minimum turnover of £4m, 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 affordable homes, housing refurbishment programmes including the retrofit of carbon reduction and environmentally friendly schemes to ensure homes are energy efficient and are decent places to live.The establishment of housing 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. Haringey Council has committed to delivering a further 1,000 affordable homes by 2032. LCP's members have similar challenges in trying to address the housing crisis and it is contemplated additional medium to large housing schemes will be procured through this Framework.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.The GLA have indicated £24.5bn of funding will be made available to support housing from 2026 - 2031. 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:
04/04/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
04/04/2024
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-WORKS@HARINGEY.GOV.UK
VI.4.2) Body responsible for mediation procedures
Law Society of England
Fetter Lane
London
WC2
UK
VI.5) Date of dispatch of this notice
20/02/2024