Section one: Contracting authority
one.1) Name and addresses
London Borough of Enfield
B Block South, Civic Centre
Enfield
EN1 3ES
Contact
Mr Christopher Sharrock
Christopher.Sharrock@enfield.gov.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=75aa683e-abf3-eb11-810d-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=75aa683e-abf3-eb11-810d-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
Highway Maintenance and Civil Engineering Works Contract
Reference number
DN509462
two.1.2) Main CPV code
- 45233000 - Construction, foundation and surface works for highways, roads
two.1.3) Type of contract
Works
two.1.4) Short description
The London Borough of Enfield seeks expressions of interest from suitably qualified providers in relation to the delivery of Highways and Civil Engineering works including Programmed Projects and Reactive Maintenance.
two.1.5) Estimated total value
Value excluding VAT: £45,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45233100 - Construction work for highways, roads
- 45233139 - Highway maintenance work
two.2.3) Place of performance
NUTS codes
- UKI54 - Enfield
two.2.4) Description of the procurement
The Highway Maintenance and Civil Engineering Works Contract is to undertake a variety of Highways and Civil Engineering works including Programmed Projects and Reactive Maintenance.
Programmed Projects
The type of works are likely to include, but not limited to:
• Footway renewal – paving and asphalt
• Carriageway patching / resurfacing
• Kerb and edging works
• Drainage
• Traffic and parking schemes
• Car Park resurfacing
• On and off highway environmental improvement schemes including hard and soft landscaping
• Signage, Bollards, and protective barriers
• Fencing and gates
Reactive Maintenance Services
The type of repairs required are likely to include, but not limited to:
Carriageways:
• Crack Sealing;
• Filling of depressions;
• Temporary pothole repair;
• Permanent pothole repair;
• Carriageway patching;
• Repair / replacement of manhole covers and gully gratings.
Footways, Paved Areas and Verges:
• Crack Sealing;
• Filling of depressions;
• Temporary pothole repair;
• Permanent pothole repair;
• Footway patching of flexible surface;
• Repair / replacement of manhole covers and gully gratings.
• Fix or replace Kerbs, Edgings
• Fix or replace Paving, Blocks, In-situ concrete and Setts
• Fix or replace Guardrails, fences, posts, road signs and bollards
Removal of Obstructions and Other Dangers:
• Removing obstructions;
• Making safe highway to mitigate risk to highway users from collapse of any kind of structure in or adjacent to the highway;
Please refer to the Procurement Documents for further information.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £45,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Contract of 5 years (60 months) with the option to extend for up to a further 5 years (60 months)
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.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.
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
13 September 2021
Local time
1:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
4 October 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
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. Applicants will be required to be a verified 'Gold level' member of Constructionline.
Applications who are not Constructionline members are encouraged to do so as this will simplify the pre-qualification process. If you are not yet a Constructionline member you can join as a Gold Member. You can do this by visiting https://www.constructionline.co.uk/join-today/.
Please ensure you quote 1DGMDS in the ‘How did you hear about us’ section for both signups and upgrades.
Please refer to the procurement documents for further details.
six.4) Procedures for review
six.4.1) Review body
High Court
The Strand
London
Country
United Kingdom