Tender

Measured Term Contract for Repair, Maintenance and Small Value Works Projects for Council Non-Housing Properties

  • London Borough of Enfield

F02: Contract notice

Notice identifier: 2023/S 000-022665

Procurement identifier (OCID): ocds-h6vhtk-03ae22

Published 3 August 2023, 5:28pm



Section one: Contracting authority

one.1) Name and addresses

London Borough of Enfield

4th Floor, Civic Centre, Silver Street

Enfield

EN1 3XA

Contact

Ms Doreen Manning

Email

Doreen.manning@enfield.gov.uk

Telephone

+44 2081321175

Country

United Kingdom

Region 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=6e15a254-1cb1-ed11-811f-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=6e15a254-1cb1-ed11-811f-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

Measured Term Contract for Repair, Maintenance and Small Value Works Projects for Council Non-Housing Properties

Reference number

DN656985

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Enfield Council wish to appoint a single provider to undertake General Building Repairs,

Responsive Maintenance and Minor Building Works to include works up to the maximum value of

£125,000 under a Measured Term Contract using the JCT MTC 2016 Form of Contract. The estimated value of the contract is approximately £3,5000,000 per annum.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45450000 - Other building completion work
  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKI54 - Enfield

two.2.4) Description of the procurement

Enfield Council wish to appoint a single provider to undertake General Building Repairs,

Responsive Maintenance and Minor Building Works to include works up to the maximum value of

£125,000 under a Measured Term Contract using the JCT MTC 2016 Form of Contract. The estimated value of the contract is approximately £3,5000,000 per annum.

The works to be included in the scope are of building fabric repairs and

responsive maintenance and M&E repairs. The scope also provides for minor works, inclusive

of building fabric and M&E works, programmes up to a works value band, set at £125,000,

for non-housing properties.

Pricing to be based on National Schedule of Rates. Contract duration to be 2 years with possible extensions. With the maximum extensions, the maximum possible contract duration is 6 years.

Works to be provided include:

Repair and Responsive Maintenance for non-housing properties.

Minor building works up to the maximum value of £125,000 (per scheme) (non-housing only).

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: £22,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The contract period is 24 months (2 years).

There will be options to extend as follows:

1. Two possible extensions of two years each, or

2. Four possible extensions of one year each. or

3. A combination of 1. and 2. above

To a maximum contract duration of 6 years in total.

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 bidders 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

Open 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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-006354

four.2.2) Time limit for receipt of tenders or requests to participate

Date

4 September 2023

Local time

4:00pm

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

4 September 2023

Local time

4:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

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 bidder has a verified 'Gold’ or Silver’ standard of membership of Constructionline, the bidder will not have to complete certain parts of the Questionnaire Pack. Please refer to the procurement documents for further details.

Bidders who are not Constructionline members are encouraged to do so as this will simplify the pre-qualification process.

Bidders who have Standard or Bronze level membership of Constructionline can upgrade their membership by visiting ‘Manage Account’ within their Constructionline profile and following the instructions.

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/products-services/memberships/sub-contractor-memberships/

Please ensure you quote ENF23 in the ‘How did you hear about us’ section for both signups and upgrades.

For further information, please refer to 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