Section one: Contracting authority
one.1) Name and addresses
London Borough of Enfield
Civic Centre Silver Street
Enfield
EN13ES
Contact
Mr Aaron John
enfield@echelonconsultancy.co.uk
Country
United Kingdom
NUTS code
UKI54 - Enfield
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=09c00f9b-0d47-ec11-810e-005056b64545
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/Advert/Index?advertId=09c00f9b-0d47-ec11-810e-005056b64545
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
1156 Building Safety Works Package 4
Reference number
DN580149
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
LB Enfield is following a two-stage Restricted procedure under the Public Contracts
Regulations 2015. Under the first stage of the process, prospective bidders are required to
complete a Selection Questionnaire and its associated appendices. Following evaluation of
submitted SQs, LB Enfield anticipates shortlisting a maximum of five bidders to be
Invited to Tender under the second stage of the process. However, it reserves the right to
increase that by up to one or two bidders if scores are very closely placed around the
cut-off point, to a maximum of seven bidders. The works comprise Building safety works to blocks comprising of various specific work content as set out in
the tender pack to include but not limited to removal of combustible material, fire doors for
flats, entrance
doors, Stairwells, Corridors Door Set. Fire preventative work to communal areas including
electric cupboard fire doors.
two.1.5) Estimated total value
Value excluding VAT: £4,900,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45262690 - Refurbishment of run-down buildings
- 45300000 - Building installation work
two.2.3) Place of performance
NUTS codes
- UKI54 - Enfield
two.2.4) Description of the procurement
The Scope of works included within this contract comprise Building Safety Works to the following high-rise residential blocks. Building safety works to blocks comprising of various specific work content as set out in the tender pack to include but not limited to removal of combustible material, fire doors for flats, entrance doors, Stairwells, Corridors Door Set. Fire preventative work to communal areas including electric cupboard fire doors.
Dorset House
Keys House:
Welch House:
Woolpack House
Ashcombe House
Honinton House
Newton House
Tiverton House
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,900,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in days
280
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 7
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
As set out in the 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
As set out 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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 June 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
20 July 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: 12 (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 Contracting Authority reserves the right to cancel the procurement and not to proceed
with the Contract at any stage of the procurement process. The Contracting Authority also
reserves the right not to award any or all of the Contracts. Neither the Contracting Authority
nor any person on whose behalf of whom this procurement is undertaken is to be liable for
any costs incurred by those expressing an interest or tendering for the contracts.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
The Strand
London
WC2A2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Cabinet office
70 Whitehall
London
SW1A2AS
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority reserves the right to cancel the procurement and not to proceed
with the Contract at any stage of the procurement process. The Contracting Authority also
reserves the right not to award any or all of the Contracts. Neither the Contracting Authority
nor any person on whose behalf of whom this procurement is undertaken is to be liable for
any costs incurred by those expressing an interest or tendering for the contracts