Section one: Contracting authority
one.1) Name and addresses
London Borough of Enfield
Civic Centre, Silver Street
Enfield
EN1 3ES
Contact
Aaron John
enfield@echelonconsultancy.co.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
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://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 authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
966 LBE DLO Support Contracts
Reference number
DN558875
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
LB Enfield is seeking expressions of interest from suitably experienced and qualified contractors for the provision of works under six Lots as follows: Lot 1 - Roofing and Scaffolding Works; Lot 2 - General Building Works; Lot 3a - Void Property Works (North Area); Lot 3b - Void Property Works (South Area); Lot 4 - Environmental/Deep Cleaning Services; Lot 5 - Major Adaptations Servicing and Repairs. Each will be awarded under a JCT Measured Term Contract for a maximum duration of 5 years (3 + 1 + 1).Full details of all the requirements and instructions for bidding are in the procurement and Tender documents.
two.1.5) Estimated total value
Value excluding VAT: £14,890,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
No single Contractor can be awarded Lots 1 and 2 (Roofing/Scaffolding plus the General Build Contract). Additionally, no single Contractor can be awarded Lots 3a and 3b (Void Property Works North and South. No other Lot award restrictions apply.
two.2) Description
two.2.1) Title
Roofing and Scaffolding Works
Lot No
1
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
- 45260000 - Roof works and other special trade construction works
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKI54 - Enfield
Main site or place of performance
Enfield
two.2.4) Description of the procurement
Lot 1 is to deliver: pitched and flat roofing works and other specialist requirements; rainwater guttering works; supply and installation of scaffold for use by others as well as for the purpose of undertaking own work; servicing , repairs and maintenance of mansafe/fall arrest systems.
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 per Lot 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 per Lot if scores are very closely placed around the cut-off point, to a maximum of seven bidders per Lot.
Following evaluation of Tenders under the second stage of the process, LB Enfield intends to award this Lot to a single bidder. No single bidder can be awarded this Lot plus the General Building Works Lot (Lot 2). Full details of all the requirements and instructions for bidding are in the procurement and Tender documents.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price is not the only award criterion and all criteria are stated only in the procurement documents / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £2,200,000
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
Envisaged minimum number: 5
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contract will run for an initial term of three years with the option to extend by up to a further two years in single-year increments.
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
General Building Works
Lot No
2
two.2.2) Additional CPV code(s)
- 45111240 - Ground-drainage work
- 45210000 - Building construction work
- 45233160 - Paths and other metalled surfaces
- 45233161 - Footpath construction work
- 45233253 - Surface work for footpaths
- 45261420 - Waterproofing work
- 45262670 - Metalworking
- 45312100 - Fire-alarm system installation work
- 45340000 - Fencing, railing and safety equipment installation work
- 45421100 - Installation of doors and windows and related components
- 45421148 - Installation of gates
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKI54 - Enfield
Main site or place of performance
Enfield
two.2.4) Description of the procurement
Lot 2 is to deliver: responsive repairs back-up for the DLO and includes minor planned works (e.g. multi-trade, complex ad hoc jobs that can't be completed under responsive works by the DLO) plus the other specialist packages (as options). Lot 2 also includes groundworks/hardstandings and hot works (tarmacing and welding), plus ad hoc repairs and replacements, re-glazing etc. of PVCU windows/doors. FRA related works and metal works.
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 per Lot 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 per Lot if scores are very closely placed around the cut-off point, to a maximum of seven bidders per Lot.
Following evaluation of Tenders under the second stage of the process, LB Enfield intends to award this Lot to a single bidder. No single bidder can be awarded this Lot plus the Roofing and Scaffolding Works Lot (Lot 1). Full details of all the requirements and instructions for bidding are in the procurement and Tender documents.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price is not the only award criterion and all criteria are stated only in the procurement documents / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £6,250,000
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
Envisaged minimum number: 5
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contract will run for an initial term of three years with the option to extend by up to a further two years in single-year increments.
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.2.14) Additional information
It is likely that the Transfer of Undertakings (Protection of Employment) Regulations 2006 will apply to this Lot. Bidders are advised to seek their own advice regarding the implications of TUPE.
two.2) Description
two.2.1) Title
Void Property Works (North Area)
Lot No
3a
two.2.2) Additional CPV code(s)
- 33196200 - Devices for the disabled
- 45111240 - Ground-drainage work
- 45210000 - Building construction work
- 45233160 - Paths and other metalled surfaces
- 45233161 - Footpath construction work
- 45233253 - Surface work for footpaths
- 45262000 - Special trade construction works other than roof works
- 45312100 - Fire-alarm system installation work
- 45340000 - Fencing, railing and safety equipment installation work
- 45421100 - Installation of doors and windows and related components
- 45421148 - Installation of gates
- 50000000 - Repair and maintenance services
- 51100000 - Installation services of electrical and mechanical equipment
- 51410000 - Installation services of medical equipment
- 51540000 - Installation services of special-purpose machinery and equipment
- 51700000 - Installation services of fire protection equipment
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKI54 - Enfield
Main site or place of performance
Enfield
two.2.4) Description of the procurement
Lot 3a is to deliver void property works in accordance with the voids specification and Enfield’s lettable standard to properties in the north of the Enfield borough. Void security works are included as an option within this Lot.
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 per Lot 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 per Lot if scores are very closely placed around the cut-off point, to a maximum of seven bidders per Lot.
Following evaluation of Tenders under the second stage of the process, LB Enfield intends to award this Lot to a single bidder. No single bidder can be awarded this Lot plus the Void Property Works South Area Lot (Lot 3b). Full details of all the requirements and instructions for bidding are in the procurement and Tender documents.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price is not the only award criterion and all criteria are stated only in the procurement documents / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £3,000,000
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
Envisaged minimum number: 5
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contract will run for an initial term of three years with the option to extend by up to a further two years in single-year increments.
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
Void Property Works (South Area)
Lot No
3b
two.2.2) Additional CPV code(s)
- 33196200 - Devices for the disabled
- 45111240 - Ground-drainage work
- 45211310 - Bathrooms construction work
- 45233160 - Paths and other metalled surfaces
- 45233161 - Footpath construction work
- 45233253 - Surface work for footpaths
- 45262000 - Special trade construction works other than roof works
- 45312100 - Fire-alarm system installation work
- 45340000 - Fencing, railing and safety equipment installation work
- 45421100 - Installation of doors and windows and related components
- 45421148 - Installation of gates
- 50000000 - Repair and maintenance services
- 51100000 - Installation services of electrical and mechanical equipment
- 51410000 - Installation services of medical equipment
- 51540000 - Installation services of special-purpose machinery and equipment
- 51700000 - Installation services of fire protection equipment
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKI54 - Enfield
Main site or place of performance
Enfield
two.2.4) Description of the procurement
Lot 3b is to deliver void property works in accordance with the voids specification and Enfield’s lettable standard in the south area of the Enfield borough. Void security works are included as an option within this Lot.
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 per Lot 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 per Lot if scores are very closely placed around the cut-off point, to a maximum of seven bidders per Lot.
Following evaluation of Tenders under the second stage of the process, LB Enfield intends to award this Lot to a single bidder. No single bidder can be awarded this Lot plus the Void Property Works North Area Lot (Lot 3a). Full details of all the requirements and instructions for bidding are in the procurement and Tender documents.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price is not the only award criterion and all criteria are stated only in the procurement documents / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £3,000,000
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
Envisaged minimum number: 5
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contract will run for an initial term of three years with the option to extend by up to a further two years in single-year increments.
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
Environmental and Deep Cleaning Services
Lot No
4
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKI54 - Enfield
Main site or place of performance
Enfield
two.2.4) Description of the procurement
Lot 4 is to deliver environmental and deep clean services. It includes clearance of hoarding, trauma and after death clean-up, void property clearance, bird fouling and cleaning, hazardous cleaning, garden and external clearance and graffiti removal. This Lot also includes pest control/infestation as an option.
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 per Lot 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 per Lot if scores are very closely placed around the cut-off point, to a maximum of seven bidders per Lot.
Following evaluation of Tenders under the second stage of the process, LB Enfield intends to award this Lot to a single bidder. Full details of all the requirements and instructions for bidding are in the procurement and Tender documents.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price is not the only award criterion and all criteria are stated only in the procurement documents / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £40,000
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
Envisaged minimum number: 5
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contract will run for an initial term of three years with the option to extend by up to a further two years in single-year increments.
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
Major Adaptations Servicing and Repair Works
Lot No
5
two.2.2) Additional CPV code(s)
- 33196200 - Devices for the disabled
- 50000000 - Repair and maintenance services
- 51100000 - Installation services of electrical and mechanical equipment
- 51410000 - Installation services of medical equipment
- 51540000 - Installation services of special-purpose machinery and equipment
two.2.3) Place of performance
NUTS codes
- UKI54 - Enfield
Main site or place of performance
Enfield
two.2.4) Description of the procurement
Lot 5 is to deliver servicing and maintenance of specialist equipment such as track/hoist systems, through floor lifts, stairlifts etc. This includes a responsive repairs service to this equipment. This Lot also includes regulatory inspections such as LOLER etc. and replacement and installation of new equipment.
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 per Lot 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 per Lot if scores are very closely placed around the cut-off point, to a maximum of seven bidders per Lot.
Following evaluation of Tenders under the second stage of the process, LB Enfield intends to award this Lot to a single bidder. Full details of all the requirements and instructions for bidding are in the procurement and Tender documents.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price is not the only award criterion and all criteria are stated only in the procurement documents / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £400,000
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
Envisaged minimum number: 5
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contract will run for an initial term of three years with the option to extend by up to a further two years in single-year increments.
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 and Tender 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
Selection criteria as stated 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
Originally published as:
Date
25 October 2021
Local time
12:00pm
Changed to:
Date
29 October 2021
Local time
12:00pm
See the change notice.
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: No
six.3) Additional information
The Contracting Authority reserves the right to cancel the procurement and not to proceed with the Contracts 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
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 Contracts 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
SW1A 2AS
Country
United Kingdom