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
Telephone
+44 2081321175
Country
United Kingdom
Region code
UKI54 - Enfield
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://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