Dynamic Purchasing System for the Provision of Minor Works Published by Tenders Electronic Daily

Dynamic Purchasing System for the Provision of Minor Works

There are changes or additional information to this announcement. Dynamic Purchasing System for the Provision of Minor Works (18.06.2020 20:14), Dynamic Purchasing System for the Provision of Minor Works (18.02.2020 20:19), Dynamic Purchasing System for the Provision of Minor Works (31.01.2020 20:02), Dynamic Purchasing System for the Provision of Minor Works (19.07.2019 13:04)

Application deadline

24.06.2031, 00:00 hour

Procedure

Restricted procedure

Order type

Construction contract

Main CPV code
  • Construction work
    45000000-7
Language

English

Contracting authority / owner

London Borough of Haringey
1st Floor, River Park House, 225 High Road, Wood Green
N22 8HQ London

E-Mail: supplier.engagement@useadam.co.uk
Website: https://londonconstructionprogramme.co.uk

assignment

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.
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...
Show more

Description of procurement /scope of services

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.
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,—...
Show more

Others CPV Codes
  • Solar energy
    09330000-1
  • Generating sets
    31121000-0
  • Prefabricated buildings
    44211000-2
  • Building demolition and wrecking work and earthmoving work
    45110000-1
  • Demolition work
    45111100-9
  • Site-clearance work
    45111213-4
  • Ground-drainage work
    45111240-2
  • Landscaping work
    45112700-2
  • Building construction work
    45210000-2
  • Bathrooms construction work
    45211310-5
  • Office block construction work
    45213150-9
  • Car park building construction work
    45213312-3
  • Construction work for buildings relating to health
    45215100-8
  • Sewerage work
    45232410-9
  • Drainage works
    45232452-5
  • Highway maintenance work
    45233139-3
  • Road-maintenance works
    45233141-9
  • Surface work for highways
    45233210-4
  • Installation of road signs
    45233290-8
  • Installation of street furniture
    45233293-9
  • Onshore fabrication work
    45255420-9
  • Erection and related works of roof frames and coverings
    45261000-4
  • Scaffolding work
    45262100-2
  • Masonry and bricklaying work
    45262500-6
  • Bricklaying work
    45262520-2
  • Cladding works
    45262650-2
  • Asbestos-removal work
    45262660-5
  • Building alteration work
    45262700-8
  • Building installation work
    45300000-0
  • Electrical installation work
    45310000-3
  • Fire-alarm system installation work
    45312100-8
  • Burglar-alarm system installation work
    45312200-9
  • Installation of road lighting equipment
    45316110-9
  • Insulation work
    45320000-6
  • Plumbing and sanitary works
    45330000-9
  • Heating, ventilation and air-conditioning installation work
    45331000-6
  • Plumbing and drain-laying work
    45332000-3
  • Fencing, railing and safety equipment installation work
    45340000-2
  • Erection of fencing
    45342000-6
  • Firefighting equipment installation work
    45343200-5
  • Sprinkler systems installation work
    45343230-4
  • Plastering work
    45410000-4
  • Joinery and carpentry installation work
    45420000-7
  • Joinery work
    45421000-4
  • Installation of doors
    45421131-1
  • Installation of windows
    45421132-8
  • Installation of partitioning
    45421141-4
  • Installation of fitted kitchens
    45421151-7
  • Floor and wall covering work
    45430000-0
  • Tiling work
    45431000-7
  • Wall-tiling work
    45431200-9
  • Floor-laying work
    45432110-8
  • Painting and glazing work
    45440000-3
  • Glazing work
    45441000-0
  • Painting work of buildings
    45442110-1
  • Other building completion work
    45450000-6
  • Decoration work
    45451000-3
  • Refurbishment work
    45453100-8
  • Repair and maintenance services
    50000000-5
  • Repair, maintenance and associated services related to roads and other equipment
    50230000-6
  • Maintenance services of public-lighting installations and traffic lights
    50232000-0
  • Repair and maintenance services of checking apparatus
    50413000-3
  • Repair and maintenance services of firefighting equipment
    50413200-5
  • Gas appliance maintenance services
    50531200-8
  • Repair and maintenance services of electrical and mechanical building installations
    50710000-5
  • Lift-maintenance services
    50750000-7
  • Building surveying services
    71315300-2
  • Landscape gardening services
    71421000-5
  • Leak-testing services
    71631430-3
  • Technical testing services
    71632000-7
  • Tree-maintenance services
    77211500-7
  • Locksmith services
    98395000-8
  • Solar energy
    09330000-1
  • Generating sets
    31121000-0
  • Prefabricated buildings
    44211000-2
  • Building demolition and wrecking work and earthmoving work
    45110000-1
  • Demolition work
    45111100-9
Show more
Project adress

Region (NUTS code): UKI LONDON

United Kingdom-London: Construction work

2019/S 120-292957

Contract notice

Works

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
London Borough of Haringey
1st Floor, River Park House, 225 High Road, Wood Green
London
N22 8HQ
United Kingdom
Contact person: Supplier Engagement Team
E-mail: supplier.engagement@useadam.co.uk
NUTS code: UKI

Internet address(es):

Main address: https://londonconstructionprogramme.co.uk

Address of the buyer profile: http://demand.sproc.net

I.2)Information about joint procurement
I.3)Communication
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
I.5)Main activity
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
II.1.3)Type of contract
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
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
45210000
50000000
45300000
45310000
45453100
45442110
45451000
45421000
45421131
45421132
45441000
45261000
45431200
45262500
45332000
45432110
45111100
45262100
45262660
45111213
45112700
45342000
45215100
45213312
45111240
45343230
45343200
45320000
98395000
45213150
45421141
45410000
45233139
45233141
44211000
09330000
31121000
45110000
71632000
45312200
77211500
45211310
45331000
50710000
45255420
45340000
50413000
50531200
45420000
50750000
71631430
45312100
50413200
45233210
50230000
45233293
45233290
50232000
45316110
45262700
71421000
45262520
45262650
45450000
45232452
45232410
45430000
45440000
45421151
45330000
71315300
45431000
II.2.3)Place of performance
NUTS code: UKI
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
II.2.6)Estimated value
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
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.2.9)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: 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.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
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
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Contract documents available at http://demand.sproc.net

III.2.3)Information about staff responsible for the performance of the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of 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
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
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
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
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
London Borough of Haringey
1st Floor, River Park House, 225 High Road, Wood Green
London
N22 8HQ
United Kingdom
Telephone: +44 2084895305
E-mail: LCP-DPS-Services@haringey.gov.uk

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

VI.4.2)Body responsible for mediation procedures
London Borough of Haringey
1st Floor, River Park House, 225 High Road, Wood Green
London
N22 8HQ
United Kingdom
Telephone: +44 2084895305
E-mail: LCP-DPS-Services@haringey.gov.uk

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

VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
Adam HTT Ltd
The Pinnacle, 170 Midsummer Boulevard
Milton Keynes
MK9 1BP
United Kingdom
E-mail: supplier.engagement@useadam.co.uk

Internet address: http://demand.sproc.net/

VI.5)Date of dispatch of this notice:
24/06/2019