Section one: Contracting authority
one.1) Name and addresses
London Borough of Enfield
Civic Centre, Silver Street
Enfield
EN1 3XA
Contact
Ms Samantha Rose
Telephone
+44 2081321837
Country
United Kingdom
NUTS code
UKI54 - Enfield
Internet address(es)
Main address
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