Opportunity

Meridian Water Rail Project

  • London Borough of Enfield

F02: Contract notice

Notice reference: 2021/S 000-007980

Published 15 April 2021, 6:38pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Enfield

Civic Centre, Silver Street

Enfield

EN1 3XA

Contact

Ms Samantha Rose

Email

samantha.rose@enfield.gov.uk

Telephone

+44 2081321837

Country

United Kingdom

NUTS code

UKI54 - Enfield

Internet address(es)

Main address

https://www.enfield.gov.uk

one.3) Communication

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

https://procontract.due-north.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/

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

Meridian Water Rail Project

Reference number

DN528259

two.1.2) Main CPV code

  • 45200000 - Works for complete or part construction and civil engineering work

two.1.3) Type of contract

Works

two.1.4) Short description

Meridian Water is a major £6bn, 25-year London regeneration programme led by Enfield Council, bringing approximately 10,000 homes and thousands of jobs to Enfield, north London. The Council is seeking to appoint a contractor for delivery of the rail infrastructure works to support the development at Meridian Water. The works include: GRIP 5 – 7, design. delivery and hand back of assets to Network Rail for works including approximately 1200 m of track loop at Ponders End Station (WAML), overhead line equipment (OLE); Turnouts and Signalling modifications; Retaining structures to Brimsdown ditch and Bridge modifications. For further information, please refer to 'Memorandum of Information' in the procurement documents.

two.1.5) Estimated total value

Value excluding VAT: £28,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKI54 - Enfield

two.2.4) Description of the procurement

Procurement of a contractor for the delivery of rail infrastructure works to support the development at Meridian Water.

The scope of works is the delivery of 1200 m of track and overhead line equipment (OLE); Turnouts and Signalling modifications; Retaining structures to Brimsdown ditch and Bridge modifications to support the new Meridian Water development. For further information, please refer to the Memorandum of Information (MOI) within the procurement documents. The scope of the contract is primarily a works contract with an element of design development required.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

22

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: 5

Objective criteria for choosing the limited number of candidates:

Objective criteria are set out in the procurement documents

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

Refer to Procurement Documents

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 Tender returns will, in part, be evaluated on the basis of tenderers’ approach to delivering social value. Further guidance will be provided in the detailed tender documentation. The proportion of the evaluation attributed to social value will be as detailed in the Evaluation Criteria in the tender documents.


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

17 May 2021

Local time

4:00pm

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

26 July 2021

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

The shortlisting selection process will be by means of a questionnaire. The Council is using Constructionline (a procurement and supply chain management scheme that collects, assesses and monitors standard company information) to rationalise the procurement process. If the applicant has a verified 'Gold Standard' membership of Constructionline, the applicant will not have to complete certain parts of the Questionnaire Pack. Please refer to the procurement documents for further details. The 'ticket reference' for Constructionline users is: 1DGMDS.

For further information, please refer to the Selection Questionnaire Pack in the procurement documents.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

The Strand

London

WC2A 2LL

Country

United Kingdom