Tender

1156 Building Safety Works Package 4

  • London Borough of Enfield

F02: Contract notice

Notice identifier: 2022/S 000-012575

Procurement identifier (OCID): ocds-h6vhtk-0337bd

Published 16 May 2022, 9:43am



Section one: Contracting authority

one.1) Name and addresses

London Borough of Enfield

Civic Centre Silver Street

Enfield

EN13ES

Contact

Mr Aaron John

Email

enfield@echelonconsultancy.co.uk

Country

United Kingdom

NUTS code

UKI54 - Enfield

Internet address(es)

Main address

http://www.enfield.gov.uk/

Buyer's address

http://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/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