Tender

Enfield Chase Landscaping Project

  • London Borough of Enfield

F02: Contract notice

Notice identifier: 2023/S 000-034182

Procurement identifier (OCID): ocds-h6vhtk-040679

Published 17 November 2023, 7:55pm



The closing date and time has been changed to:

8 January 2024, 2:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

London Borough of Enfield

4th Floor, Civic Centre, Silver Street

Enfield

EN1 3XH

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/

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/

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

Enfield Chase Landscaping Project

Reference number

DN652842

two.1.2) Main CPV code

  • 45220000 - Engineering works and construction works

two.1.3) Type of contract

Works

two.1.4) Short description

The London Borough of Enfield (‘the Council') Enfield Council wish to appoint a single provider to undertake works contracts for the procurement and management of suitable materials to create

topographical changes, facilitating environmental improvements and for construction of a

natural burial ground. Appropriate methodology for the management, importation, and

engineering of suitable materials to be agreed. Materials must not be waste at the point of use. The anticipated contract duration will be 9 years with one possible extension of one year.

The procurement is being let in two lots but providers must bid for both lots and only one provider will be appointed for both lots as follows:

Lot 1: Enfield Chase Hydrology and Habitat enhancement, the Ridgeway, Enfield

Lot 2: Sloemans Burial Ground, Whitewebbs Lane, Enfield

This is a mixed contract falling under both the Public Contracts Regulations 2015 and the Concessions Contract Regulations 2016 with the main subject matter of the contract being a public works contract under the Public Contracts Regulations 2015.

The estimated value is indicated at £40,000,000 in clause II.1.5 for the purposes of this Notice. However, please refer to the contract documents for details on contract price and payment.

Please refer to the Memorandum of Information for further details.

two.1.5) Estimated total value

Value excluding VAT: £40,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Bidders must submit a tender for both lots. The contract will be awarded to the provider who submits the most economically advantageous tender for both lots. Any provider who submits a tender for one lot only will be disqualified.

two.2) Description

two.2.1) Title

Lot 1 Enfield Chase Hydrology and Habitat Enhancement Scheme

Lot No

1

two.2.2) Additional CPV code(s)

  • 45111200 - Site preparation and clearance work

two.2.3) Place of performance

NUTS codes
  • UKI54 - Enfield

two.2.4) Description of the procurement

Hydrology and habitat enhancement works to implement Natural Flood Management around the Holly Hill Brook area with a network of linked attenuation ponds and swales.

The estimated value is indicated at £25,000,000 in clause II.2.6 below for the purposes of this Notice. However, please refer to the contract documents for details on contract price and payment.

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: £25,000,000

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

Duration in months

108

This contract is subject to renewal

Yes

Description of renewals

The maximum length of the contract is 10 years (120 months), please refer to the contract documents for further details.

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

two.2) Description

two.2.1) Title

Lot 2 Sloeman's Natural Burial Ground

Lot No

2

two.2.2) Additional CPV code(s)

  • 45111200 - Site preparation and clearance work

two.2.3) Place of performance

NUTS codes
  • UKI54 - Enfield

two.2.4) Description of the procurement

The construction of a natural burial ground at Sloeman's Farm. Sloeman's Burial Ground is a major new facility led by Enfield Council, delivering sustainable and affordable burial options for residents for the foreseeable future on a 23Ha site that is suitable for up to 38,000 single graves.

The estimated value is indicated at £15,000,000 in clause II.2.6 below for the purposes of this Notice. However, please refer to the contract documents for details on contract price and payment.

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: £15,000,000

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

Duration in months

108

This contract is subject to renewal

Yes

Description of renewals

The maximum length of the contract is 10 years (120 months), please refer to the contract documents for further details.

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.2.3) 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

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 000-028729

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

Originally published as:

Date

18 December 2023

Local time

4:00pm

Changed to:

Date

8 January 2024

Local time

2:00pm

See the change notice.

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

18 December 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 contract will be awarded to the provider who submits the most economically advantageous tender for both lots, as detailed in the tender documents (Section 5).

The Council reserve the right to abandon the complete procurement or award only one lot (either Lot 1 or Lot 2).

A Prior Information Notice was issued for this contract on Find a Tender: https://www.find-tender.service.gov.uk/Notice/028729-2023.

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-contractormemberships/

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

Non membership of Construction will not prevent bidders applying for this opportunity.

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