Section one: Contracting authority
one.1) Name and addresses
London Borough of Enfield
B Block South, Civic Centre
Enfield
EN1 3ES
Contact
LBE Procurement Representative Sharon Hunt
enfield@echelonconsultancy.co.uk
Country
United Kingdom
Region code
UKI54 - Enfield
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.londontenders.org/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.londontenders.org/
one.4) Type of the contracting authority
Regional or local Agency/Office
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
LB Enfield Affordable Housing Programme Framework
Reference number
DN625956
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The London Borough of Enfield is seeking expressions of interest from suitably qualified and
experienced providers for the provision of works and services to deliver Enfield's Affordable
Housing Programme. The works and services will be delivered under a Framework
comprising three Lots as follows: Lot 1 - Development and Works; Lot 2 - Development
Services and Sales; Lot 3 - Estate Management.
Full details of all requirements and instructions are provided in the procurement and Tender
documents on the London Tenders Portal. Ref DN 625956
two.1.5) Estimated total value
Value excluding VAT: £1,769,550,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Development and Works
Lot No
1
two.2.2) Additional CPV code(s)
- 45111291 - Site-development work
- 45210000 - Building construction work
- 70110000 - Development services of real estate
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
- UKI - London
two.2.4) Description of the procurement
Lot 1 will be utilised for the procurement and development of housing-led sites. This will
include all activities necessary to construct housing and associated facilities and
infrastructure (e.g. commercial and employments spaces) and ensure the long-term
effective housing and estate management of these sites.
The Framework will be led by Enfield Council (“The Authority”) and will be made available to
the 32 London Boroughs and the City of London (“Authorised Users”).
Specific requirements for works procured under this Lot will be set-out in the call-off
documents but are likely to include (but not be limited to) the following:
• Securing grant funding and raising of development finance
• Obtaining planning permission
• Supply chain management
• Design and construction of housing
• Design and construction of facilities and infrastructure to support housing
• Aftercare and effective management of housing stock.
Development works procured through the Framework will be subject to terms further
specified in a separate contract that will be defined as part of the call off process. It is
anticipated that the form of contract to be used for individual sites or opportunities will be
one of:
• Development Agreement, or
• Forward Fund Sales Agreement.
(Please note that Enfield reserves the right to use a range of contracts where necessary and
this will be determined at the call off stage).
LB Enfield is following an Open procurement procedure under the Public
Contracts Regulations 2015 in order to procure the new 3-Lot Framework. LB Enfield
anticipates awarding places on Lot 1 the Framework to a maximum of 8 providers. Full details of all requirements and instructions are provided in the procurement and Tender
documents on the London Tenders Portal.
1. The Council or an Authorised User may invite, in writing, a Framework Provider to enter
into a Call-Off Contract without any further competition between the Framework Providers
(“Direct Selection”) where:
1. the Call-Off Contract relates to Lot 1 and the gross development value of the project is
estimated by the Council or the Authorised User to be £30million or less. Additional direct award criteria are set out in the Framework Intentions Document (Appendix 10 of the ITT).
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £1,010,900,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework will be awarded for an initial period of four years, with the option to extend it
by up to a further two years.
It is envisaged that the number of candidates that will be awarded to this Lot will be 8
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Development Services and Sales
Lot No
2
two.2.2) Additional CPV code(s)
- 70123100 - Sale of residential real estate
- 71242000 - Project and design preparation, estimation of costs
- 71247000 - Supervision of building work
- 71248000 - Supervision of project and documentation
- 71251000 - Architectural and building-surveying services
- 71500000 - Construction-related services
- 79342000 - Marketing services
two.2.3) Place of performance
NUTS codes
- UKH2 - Bedfordshire and Hertfordshire
- UKI - London
Main site or place of performance
Enfield, Greater London and Hertfordshire
two.2.4) Description of the procurement
Lot 2 will be utilised to procure the technical and professional services of Providers to
support delivery of Enfield (and any Authorised Users) affordable housing development
programme.
The Framework will be led by Enfield Council (“The Authority”) and will be made available to
the 32 London Boroughs and the City of London (“Authorised Users”).
Specific requirements for works procured under this Lot will be set-out in the call-off
documents but are likely to include (but not be limited to) the following:
• Development Management services for part of, or the whole lifecycle of development
projects
• Sales and marketing of market sale and affordable homes.
LB Enfield is following an Open procurement procedure under the Public
Contracts Regulations 2015 in order to procure the new 3-Lot Framework. LB Enfield anticipates awarding places on Lot 2 of the Framework to a maximum of 6 providers.
Full details of all requirements and instructions are provided in the procurement and Tender
documents on the London Tenders Portal.
1. The Council or an Authorised User may invite, in writing, a Framework Provider to enter
into a Call-Off Contract without any further competition between the Framework Providers
(“Direct Selection”) where:
1. the Call-Off Contract relates to services to be awarded under Lot 2 or 3 and:
1. the Council or the Authorised User is able to determine which Framework Provider will
provide it with the most economically advantageous offer for the proposed Call-Off Contract
by reference to the Framework Providers’ tender submissions for the Framework Agreement
and having regard to the particular requirements of the Call-Off Contract in question;
2. in relation to awards by the Council only, where the estimated value of the Call-Off
Contract is less than £500,000. Additional direct award criteria are set out in the Framework Intentions Document (Appendix 10 of the ITT).
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £757,150,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework will be awarded for an initial period of four years, with the option to extend it
by up to a further two years.
It is envisaged that the number of candidates that will be awarded this Lot will be 6
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Estate Management
Lot No
3
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 70330000 - Property management services of real estate on a fee or contract basis
- 77314000 - Grounds maintenance services
two.2.3) Place of performance
NUTS codes
- UKH2 - Bedfordshire and Hertfordshire
- UKI - London
Main site or place of performance
Enfield, Greater London and Hertfordshire
two.2.4) Description of the procurement
Lot 3 will be utilised to procure the technical and professional services of Providers to
support the management of Enfield (and any Authorised Users) affordable housing
developments.
The Framework will be led by Enfield Council (“The Authority”) and will be made available to
the 32 London Boroughs and the City of London (“Authorised Users”).
Specific requirements for works procured under this Lot will be set-out in the call-off
documents but are likely to include (but not be limited to) the following:
• Estate and place management in line with Social Regulator standards.
LB Enfield is following an Open procurement procedure under the Public. LB Enfield anticipates
awarding places on Lot 3 of the Framework to 6 providers.
Full details of all requirements and instructions are provided in the procurement and Tender
documents on the London Tenders Portal.
1. The Council or an Authorised User may invite, in writing, a Framework Provider to enter
into a Call-Off Contract without any further competition between the Framework Providers
(“Direct Selection”) where:
1. the Call-Off Contract relates to services to be awarded under Lot 2 or 3 and:
1. the Council or the Authorised User is able to determine which Framework Provider will
provide it with the most economically advantageous offer for the proposed Call-Off Contract
by reference to the Framework Providers’ tender submissions for the Framework Agreement
and having regard to the particular requirements of the Call-Off Contract in question;
2. in relation to awards by the Council only, where the estimated value of the Call-Off
Contract is less than £500,000. Additional direct award criteria are set out in the Framework Intentions Document (Appendix 10 of the ITT).
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10
Quality criterion - Name: Quality / Weighting: 50
Cost criterion - Name: Cost / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework will be awarded for an initial period of four years, with the option to extend it
by up to a further two years.
It is envisaged that the number of candidates that will be awarded this Lot will be 6
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 20
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The duration of the framework is 4 years with the option to extend for a further 2 years. In view of the optimum duration required to secure keen interest from a currently buoyant market; the critical nature of the works in respect of delivering the affordable housing by 2030; the timescales for expiry of other similar construction projects; the significant length of time it may require to develop, design and deliver some of the projects under the framework, the need to programme over a longer period in order to optimise delivery resources and do so over the post covid period, it is considered appropriate for LB Enfield to have the option to extend for up to a further 2 years beyond the initial 4 year limit.
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
27 September 2022
Local time
12:00pm
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)
four.2.7) Conditions for opening of tenders
Date
27 September 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Contracting Authority is committed to maximising Social Value opportunities through
the Framework and these requirements are set out in the procurement documents. Exact Social Value requirements will be set out by the Contract Authority or any Authorised User of the Framework on a project by project basis and set out in the Call-Off documents. There will be a requirement for Framework Providers to provide Social Value information via the Contracting Authority's Social Value portal. The Contracting Authority will be developing a portfolio of properties that are outside the Borough. The Contracting Authority reserves the right to cancel the procurement and not to proceed with the Framework at any stage of the procurement process. The Contracting Authority also reserves the right not to award any or all of the Lots on the Framework.
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 Framework.
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
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The London Borough of Enfield will observe a standstill period following the award of the
Framework and conduct itself in respect of any appeals in accordance with the Public
Contracts Regulations 2015 (as amended).
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom