Tender

FRA Remedial Works

  • London Borough of Sutton

F02: Contract notice

Notice identifier: 2025/S 000-075829

Procurement identifier (OCID): ocds-h6vhtk-05e5dd

Published 20 November 2025, 4:39pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Sutton

1 Carshalton Rd, Sutton

London

SM1 4LE

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

www.haringey.gov.uk

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