Section one: Contracting authority
one.1) Name and addresses
London Borough of Sutton
1 Carshalton Rd, Sutton
London
SM1 4LE
Country
United Kingdom
Region code
UKI - London
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://londonconstructionprogramme.co.uk/services/dynamic-purchasing-systems/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://londonconstructionprogramme.co.uk/services/dynamic-purchasing-systems/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://londonconstructionprogramme.co.uk/services/dynamic-purchasing-systems/
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
FRA Remedial Works
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Description of WorksA brief overview of the project/services you are procuring, you should provide enough detail to encourage prospective suppliers to download the full spec/ITT etc Fire Safety Works will be allocated and carried out against the Risk Rated Programme in closecoordination with SHP.Fire Safety Works will include, but not be limited to the following and will incorporate all itemsidentified in the inspections, surveys and Risk Rated Programme of Works as developed: -● Communal areas;● Individual properties;● Roof spaces areas, including water tank and plant rooms;● Loft spaces;● Basement areas;● Boiler and plant rooms;● Intake cupboards;● Vertical and horizontal service risers (where demountable panels exist);● Lift shafts and pits;● Bin store locations;● Refuse chutes;● Garage blocks;● Storage areas;● Any other unspecified areas.
two.1.5) Estimated total value
Value excluding VAT: £2,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45300000 - Building installation work
- 45340000 - Fencing, railing and safety equipment installation work
- 45343000 - Fire-prevention installation works
- 45343100 - Fireproofing work
- 45343200 - Firefighting equipment installation work
- 45343210 - CO2 fire-extinguishing equipment installation work
- 45343220 - Fire-extinguishers installation work
- 45343230 - Sprinkler systems installation work
- 71000000 - Architectural, construction, engineering and inspection services
- 71300000 - Engineering services
- 71310000 - Consultative engineering and construction services
- 71317000 - Hazard protection and control consultancy services
- 71317100 - Fire and explosion protection and control consultancy services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Description of WorksA brief overview of the project/services you are procuring, you should provide enough detail to encourage prospective suppliers to download the full spec/ITT etc Fire Safety Works will be allocated and carried out against the Risk Rated Programme in closecoordination with SHP.Fire Safety Works will include, but not be limited to the following and will incorporate all itemsidentified in the inspections, surveys and Risk Rated Programme of Works as developed: -● Communal areas;● Individual properties;● Roof spaces areas, including water tank and plant rooms;● Loft spaces;● Basement areas;● Boiler and plant rooms;● Intake cupboards;● Vertical and horizontal service risers (where demountable panels exist);● Lift shafts and pits;● Bin store locations;● Refuse chutes;● Garage blocks;● Storage areas;● Any other unspecified areas.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
2 February 2026
End date
2 February 2029
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 December 2025
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
London Borough of Haringey
London
Country
United Kingdom