Commercial Catering Equipment

Award

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

London Construction Programme General Works Framework MW25-GW

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.

Open

Term Extension of the National Highways Social Enterprise Dynamic Purchasing System (SEDPS)

National Highways is inviting organisations to apply to the Social Enterprise Dynamic Purchasing System (SEDPS) to provide Goods and/or Services to National Highways, our Supply Chain and other Government departments across England. The SEDPS is available to organisations with primarily social objectives whose surpluses are principally reinvested for that purpose in the business or in the community, rather than being driven by the need to maximise profit for shareholders and owners. If you are interested in applying to join the SEDPS or would like further information, please contact the National Highways Procurement Team at [email protected] or visit our webpage below. https://nationalhighways.co.uk/suppliers/becoming-a-supplier/social-enterprises/ The SEDPS is open for use by all Government Agency and Public Bodies for the full duration of the SEDPS that are identified in the following link: https://www.gov.uk/government/organisations, Local Authorities in England and Wales who are identified in following link: https://www.local.gov.uk/our-support/guidance-and-resources/communications-support/digital-councils/social-media/go-further/a-z-councils-online, Local Authorities in Scotland who are identified in the following link: https://www.mygov.scot/organisations, and Universities and educational providers who are identified in the following link: https://www.ucas.com/explore/search/providers?query=. The SEDPS is also open for use by any organisations that directly (i.e. any organisation who has a live contract directly with National Highways) and indirectly (i.e. any organisations who has a live contract with a direct supplier of National Highways) provides works and/or goods and/or services to National Highways. If you are interested in using the SEDPS or would like further information, please contact the National Highways Procurement Team at [email protected]. The use of the SEDPS is to further National Highways' commitment to social value, in support of National Highways Social Value Plan. A link to the plan can be found below. https://nationalhighways.co.uk/media/tdog2fma/ccs0622297296-003_social-value-strategy-report_final.pdf The SEDPS launched on the 14th August 2023 for 3 years, with an expiry date of the 14th August 2026. The purpose of this notice is to inform the market that National Highways has extended the lifetime of the SEDPS for a further two years. The SEDPS will now expire on the 14th August 2028. Please contact the National Highways Procurement Team at [email protected] or visit our webpage below for more information.

National Highways

Published 7 months ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete