Opportunity

966 LBE DLO Support Contracts

  • London Borough of Enfield

F02: Contract notice

Notice reference: 2021/S 000-023700

Published 23 September 2021, 2:19pm



The closing date and time has been changed to:

29 October 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

London Borough of Enfield

Civic Centre, Silver Street

Enfield

EN1 3ES

Contact

Aaron John

Email

enfield@echelonconsultancy.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

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://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