Opportunity

Minor Civils Works Framework

  • North London Waste Authority

F02: Contract notice

Notice reference: 2022/S 000-006350

Published 8 March 2022, 4:24pm



Section one: Contracting authority

one.1) Name and addresses

North London Waste Authority

Unit 1b Berol House, 25 Ashley Road, Tottenham Hale

London

N17 9LJ

Email

nlhppprocurement@nlwa.gov.uk

Telephone

+44 2084895867

Country

United Kingdom

NUTS code

UKI43 - Haringey and Islington

Internet address(es)

Main address

https://www.nlwa.gov.uk

Buyer's address

http://northlondonheatandpower.london

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/nlwa/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/nlwa/

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

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Minor Civils Works Framework

Reference number

NLHPP00000039

two.1.2) Main CPV code

  • 45210000 - Building construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The North London Waste Authority (the Authority) is seeking to procure a framework with a maximum of three contractors for minor works in relation to the North London Heat and Power Project (NLHPP). The NLHPP is a programme of works carried out for the Authority at its 'EcoPark' site, in Edmonton, London N18 3AG. The works involve the construction and commissioning of enhancements to the civil infrastructure in and around the EcoPark. It is anticipated that design of any works under the framework will typically be carried out by the Authority's technical advisor to enable the contractor to carry out construction. The contractor may be required to design certain elements of detailed design.

two.1.5) Estimated total value

Value excluding VAT: £10,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work
  • 71500000 - Construction-related services
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45100000 - Site preparation work
  • 45340000 - Fencing, railing and safety equipment installation work
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 45000000 - Construction work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45220000 - Engineering works and construction works
  • 71000000 - Architectural, construction, engineering and inspection services
  • 45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry
  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45300000 - Building installation work
  • 71510000 - Site-investigation services
  • 71250000 - Architectural, engineering and surveying services

two.2.3) Place of performance

NUTS codes
  • UKI54 - Enfield
Main site or place of performance

Edmonton, N18 3AG

two.2.4) Description of the procurement

The Authority is seeking to procure a framework with a maximum of three contractors for minor works in relation to the NLHPP. The NLHPP is a programme of works carried out for the Authority at its 'EcoPark' site, in Edmonton, London N18 AG. The minor works involve the construction and commissioning of enhancements to the civil infrastructure in and around the EcoPark, and may include but not be limited to: (i) intrusive site investigations to verify the location of services and underground obstructions;(ii) alterations and enhancements to roads and pedestrian accesses to enable the EcoPark to function whilst the new NLHPP facilities are constructed and brought into service. These may span watercourses, as well as working with the relevant highway authority for adopted highways;(iii) alterations and enhancements to EcoPark security infrastructure to enable NLHPP construction areas to operate within the EcoPark's overall security system;(iv) temporary and permanent alterations to the EcoPark water and drainage systems to enable the construction of NLHPP facilities;(v) diversion of utilities to enable NLHPP delivery; (vi) landscaping reinstatement of soft verges and footpaths around the EcoPark;(vii) supply and install temporary buildings; and(viii) removal of any temporary structure erected during the NLHPP works.The works are required to enable the efficient and effective delivery of the NLHPP for the development of a replacement energy recovery facility and associated works at the EcoPark pursuant to a development consent order granted to the Authority on 24.2.2017. It is anticipated that design of any works under the framework will typically be carried out by the Authority's technical advisor to enable the contractor to carry out construction. The contractor may be required to design certain elements of detailed design. The site for the works, Edmonton EcoPark, is an operational waste management site where LondonEnergy Ltd, a private company wholly owned by the Authority, operates an existing Energy from Waste (EfW) facility. Normal operation of the EfW facility (24/7 working schedule) is to be maintained at all times during any works to be performed under the framework.Contracts will be called off under the framework by way of direct award through a cab rank system (also known as a direct award via rotation) for projects that are under £50,000 and by way of a mini-competition procedure for projects above this threshold.Further details of the required works are set out in the procurement documents. The Memorandum of Information provides background information on the Authority, the NLHPP and a summary of the key contract terms in relation to these works.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £10,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

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 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

Responses will be assessed in accordance with the Public Contracts Regulations 2015. Please see the procurement documents for further information.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The Authority reserves the right to require deposits, guarantees, bonds or other forms of appropriate security in relation to any contracts called off under the framework. Tenderers should note that all contracts called off under the framework will include a term requiring the Successful Tenderer to pay (and procure that its subcontractors pay) at least the London Living Wage to personnel working primarily at the site of the Works. Tenderers should also note that contracts called off under the framework may include terms requiring the Successful Tenderer to provide apprenticeships, either as part of the Successful Tenderer's own corporate apprenticeship scheme or through a construction industry shared apprenticeship scheme, training placements and/or work experience (paid and unpaid) for local students or young people. The specific requirements reflect both the value and the length of the call off contract, as more particularly described in the procurement documents.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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

Envisaged maximum number of participants to the framework agreement: 3

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Not applicable

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-004545

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

Date

8 April 2022

Local time

1:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

22 April 2022

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

I.3: The Selection Questionnaire and appended Memorandum of Information together with the draft Invitation to Tender (ITT) (including the Contract and other ITT Annexes) are available. The envisaged timetable is set out in the Selection Questionnaire.II.2.5: The Quality and Price criteria and sub-criteria and associated weightings are set out in the ITT. Tenderers should note that the Authority intends to publish details of any contract awarded in accordance with the UK Government transparency policy, subject to possible redactions at the discretion of the Authority. The Authority reserves the right not to award the Contract as a result of the procurement process commenced by the publication of this notice; and to make changes as it deems fit to the content and structure of the competition whilst ensuring compliance with the Public Contracts Regulations 2015 (SI 2015/102); and in no circumstances will the Authority be liable for any costs incurred by Tenderers. For the avoidance of doubt, nothing in this notice, the procurement documents or in an acceptance of a Tender by the Authority shall be construed as an agreement by the Authority to enter into the Contract with the successful Tenderer. Details of the conditions relating to submission of Selection Questionnaires, Tenders, conduct of the procurement process and award of contract are set out in the Selection Questionnaire and other procurement documents which are available at https://in-tendhost.co.uk/nlwa/

six.4) Procedures for review

six.4.1) Review body

North London Waste Authority

Unit 1b Berol House, 25 Ashley Road, Tottenham Hale

London

N17 9LJ

Email

nlhppprocurement@nlwa.gov.uk

Telephone

+44 2084895867

Country

United Kingdom

Internet address

https://www.nlwa.gov.uk/