Decision

Procurement request for Responsive Repairs Sub-contracts

Decision Maker: Cabinet

Outcome: Recommendations Approved

Is Key Decision?: No

Is Callable In?: No

Date of Decision: March 10, 2026

Purpose:

Content: DECLARATIONS OF INTEREST RELATING TO THIS ITEM:   None   RESOLVED:   That Cabinet:   1.    Approved the commencement of a procurement for long?term subcontract arrangements across eight contracts delivering specialist trade lots, for an overall contract value of £2,407,500 per year, with an average of £300,937.50 per lot and a maximum aggregated potential value of £16,852,500 over a maximum contract term of seven years. This was subject to satisfactory supplier performance and the availability of budget in each of the two one?year extensions, in accordance with CSO?2.01(b). 2.    Delegated authority to the Cabinet Member for Housing and Planning and Deputy Leader, in consultation with the Director of Housing, to approve the award of contracts following a competitive and compliant procurement process and Section?20 consultation process.   Reasons for decision:   The Council needed to ensure that Haringey Repairs Service (HRS) was equipped with the specialist trade capacity, commercial stability and contractual flexibility required to maintain safe, compliant, and well?managed homes across the borough. The existing subcontracting arrangements were fragmented, time?limited, and no longer capable of meeting operational demand or supporting statutory duties.   The proposed 5+1+1 call?off contracts, including suitable break clauses and a performance?management process, provided a structured long?term solution enabling HRS to meet statutory obligations—including drainage systems and Energy Performance Certification—as well as wider repairs such as roofing, scaffolding, and damp and mould treatments.   Consolidating these arrangements into a coordinated procurement significantly reduced transactional overheads, improved value for money through economies of scale, and supported more effective contract and performance management. The option to include up to two one?year extensions also allowed future re?procurement to be planned more smoothly, avoiding pressure on staff and resources caused by multiple co?terminous contract expirations.   The procurement further enabled the Council to manage risk more effectively. Multiple?contractor lots for roofing and scaffolding improved operational resilience and business continuity during peak demand or contractor under?performance. This strengthened supply?chain reliability, ensured adherence to statutory and regulatory requirements, and provided the flexibility needed to respond to fluctuating volumes of work.   Overall, the recommended actions represented the most effective means of ensuring that HRS could deliver safe, timely, and compliant services while improving commercial oversight, risk management, and outcomes for residents.   Alternative options considered: Do nothing Rejected. Maintaining the fragmented and time?limited subcontracting arrangements would have exposed the Council to significant risks, including service failure, increased ad?hoc purchasing, and non?compliance with statutory obligations. The existing arrangements were not capable of meeting current or future demand and did not provide a sustainable or legally robust basis for service delivery.   In?house delivery only Rejected. Full in?house delivery was assessed but discounted due to insufficient internal capacity, specialist skills, and the required accreditations. Delivering all specialist trades internally would have required long lead times, substantial recruitment, specialist training, and investment in equipment and plant.  

Supporting Documents

FINAL Procurement request for Responsive Repairs Subcontracts report.pdf
Appendix 1 - LCP Levy structure and Rebate final 1.pdf
Appendix 2 - Repairs handbook full A5 v8.pdf

Related Meeting

Cabinet - Tuesday, 10 March 2026 - 6.30 pm on March 10, 2026