Tender

London Construction Programme General Works Framework MW25-GW

  • LONDON BOROUGH OF HARINGEY

F02: Contract notice

Notice identifier: 2025/S 000-006834

Procurement identifier (OCID): ocds-h6vhtk-04e6d8

Published 21 February 2025, 2:35pm



Section one: Contracting authority

one.1) Name and addresses

LONDON BOROUGH OF HARINGEY

Alexandra House, 10 Station Road, Wood Green

LONDON

N22 7TR

Email

lcp@haringey.gov.uk

Country

United Kingdom

Region code

UKI - London

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.haringey.gov.uk

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

London Construction Programme General Works Framework MW25-GW

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.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.

two.1.5) Estimated total value

Value excluding VAT: £3,000,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
12

two.2) Description

two.2.1) Title

General New Build Works Valued up to £7.5m

Lot No

GN1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKH12 - Cambridgeshire CC
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

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

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

General New Build Works £6m- £15m

Lot No

GN2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

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

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

General New Build Works £14m+

Lot No

GN3

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

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

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

General New Build Works for Public Sector Buildings

Lot No

GNPS

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex
  • UKI - London
  • UKJ - South East (England)

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Fire and Safety Works Valued up to £7.5m

Lot No

GF1

two.2.2) Additional CPV code(s)

  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 35121700 - Alarm systems
  • 44221220 - Fire doors
  • 44480000 - Miscellaneous fire-protection equipment
  • 45000000 - Construction work
  • 51700000 - Installation services of fire protection equipment

two.2.3) Place of performance

NUTS codes
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex
  • UKI - London
  • UKJ - South East (England)

two.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

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

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

Lot No

GF2

two.2.2) Additional CPV code(s)

  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 44221220 - Fire doors
  • 44480000 - Miscellaneous fire-protection equipment
  • 45000000 - Construction work
  • 51700000 - Installation services of fire protection equipment

two.2.3) Place of performance

NUTS codes
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex
  • UKI - London
  • UKJ - South East (England)

two.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

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Fire and Safety Works Valued £14m+

Lot No

GF3

two.2.2) Additional CPV code(s)

  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 44221220 - Fire doors
  • 44480000 - Miscellaneous fire-protection equipment
  • 45000000 - Construction work
  • 51700000 - Installation services of fire protection equipment

two.2.3) Place of performance

NUTS codes
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

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

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Fire and Safety works for Public Sector Buildings

Lot No

GFPS

two.2.2) Additional CPV code(s)

  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 44221220 - Fire doors
  • 44480000 - Miscellaneous fire-protection equipment
  • 45000000 - Construction work
  • 51700000 - Installation services of fire protection equipment

two.2.3) Place of performance

NUTS codes
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex
  • UKI - London
  • UKJ - South East (England)

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

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

two.2) Description

two.2.1) Title

Refurbishment and Retrofit Works Valued up to £7.5m

Lot No

GR1

two.2.2) Additional CPV code(s)

  • 39141400 - Fitted kitchens
  • 39298900 - Miscellaneous decoration items
  • 45000000 - Construction work
  • 50700000 - Repair and maintenance services of building installations
  • 50800000 - Miscellaneous repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

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

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Refurbishment and Retrofit £6m- £15m

Lot No

GR2

two.2.2) Additional CPV code(s)

  • 39141400 - Fitted kitchens
  • 39298900 - Miscellaneous decoration items
  • 39314000 - Industrial kitchen equipment
  • 45000000 - Construction work
  • 50700000 - Repair and maintenance services of building installations
  • 50800000 - Miscellaneous repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

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

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Refurbishment and Retrofit Works £14m+

Lot No

GR3

two.2.2) Additional CPV code(s)

  • 39141400 - Fitted kitchens
  • 39298900 - Miscellaneous decoration items
  • 39314000 - Industrial kitchen equipment
  • 45000000 - Construction work
  • 50700000 - Repair and maintenance services of building installations
  • 50800000 - Miscellaneous repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

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

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Refurbishment and Retrofit Works for Public Sector Buildings

Lot No

GRPS

two.2.2) Additional CPV code(s)

  • 39141400 - Fitted kitchens
  • 39298900 - Miscellaneous decoration items
  • 39314000 - Industrial kitchen equipment
  • 45000000 - Construction work
  • 50700000 - Repair and maintenance services of building installations
  • 50800000 - Miscellaneous repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex
  • UKI - London
  • UKJ - South East (England)

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Planned and Preventative Maintenance Works Valued up to £7.5m

Lot No

GP1

two.2.2) Additional CPV code(s)

  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 39141400 - Fitted kitchens
  • 39298900 - Miscellaneous decoration items
  • 39314000 - Industrial kitchen equipment
  • 44221220 - Fire doors
  • 44480000 - Miscellaneous fire-protection equipment
  • 45000000 - Construction work
  • 51700000 - Installation services of fire protection equipment

two.2.3) Place of performance

NUTS codes
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

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

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

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

Lot No

GP2

two.2.2) Additional CPV code(s)

  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 39141400 - Fitted kitchens
  • 39298900 - Miscellaneous decoration items
  • 44221220 - Fire doors
  • 44480000 - Miscellaneous fire-protection equipment
  • 45000000 - Construction work
  • 51700000 - Installation services of fire protection equipment

two.2.3) Place of performance

NUTS codes
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

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

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Planned and Preventative Maintenance Works Valued £14m+

Lot No

GP3

two.2.2) Additional CPV code(s)

  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 39141000 - Kitchen furniture and equipment
  • 39298900 - Miscellaneous decoration items
  • 39314000 - Industrial kitchen equipment
  • 44480000 - Miscellaneous fire-protection equipment
  • 45000000 - Construction work
  • 51700000 - Installation services of fire protection equipment

two.2.3) Place of performance

NUTS codes
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex
  • UKI - London
  • UKJ - South East (England)

two.2.4) Description of the procurement

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

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2) Description

two.2.1) Title

Planned and Preventative Maintenance Works for Public Sector Buildings

Lot No

GPPS

two.2.2) Additional CPV code(s)

  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 39141400 - Fitted kitchens
  • 39298900 - Miscellaneous decoration items
  • 39314000 - Industrial kitchen equipment
  • 44221220 - Fire doors
  • 44480000 - Miscellaneous fire-protection equipment
  • 45000000 - Construction work
  • 51700000 - Installation services of fire protection equipment

two.2.3) Place of performance

NUTS codes
  • UKH2 - Bedfordshire and Hertfordshire
  • UKH3 - Essex
  • UKI - London
  • UKJ - South East (England)

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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.

three.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.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

In the case of framework agreements, provide justification for any 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.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

21 April 2025

Local time

5:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

22 April 2025

Local time

9:30am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.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.

six.4) Procedures for review

six.4.1) Review body

LONDON BOROUGH OF HARINGEY

Alexandra House, 10 Station Road, Wood Green London

London

N22 7TR

Email

LCP@HARINGEY.GOV.UK

Country

United Kingdom