Refurbishment and Remodelling of Block A to the Civic Centre.
Contract notice
Works
Section I: Contracting authority
London Borough of Enfield
Corporate Procurement, Civic Centre, Silver Street, Enfield
Contact point(s): Construction Programme Manager
For the attention of: Mr Barry Skelton
EN1 3XA London
UNITED KINGDOM
Telephone: +44 2083796833
E-mail:
Internet address(es):
General address of the contracting authority: http://www.enfield.gov.uk
Address of the buyer profile: www.londontenders.org
Section II: Object of the contract
Execution
Main site or location of works, place of delivery or of performance: Outer London - North (Enfield).
NUTS code UKI21
The Contractor will not have vacant possession of the whole building but will have possession of 2 floors at a time with sectional completions.
The requirement will include works to the building's mechanical and electrical services including lifts, asbestos removal as well as general refurbishment of the building's fabric and remodelling of the office layout and design.
The form of contract will be JCT Standard Building Contract with the Contractor designing discrete parts of the works.
The duration of the Contract will be for a period of 31 months.
The contracting Authority will be looking to award the Contract to a single contractor, with a commencement date of the 7.4.2015.
Please note this procurement is being run through the London Tenders Portal e-tendering system. Suppliers who wish to express an interest will need to register on http://www.londontenders.org where they will be able to access the PQQ documents.
45210000, 45453100, 45215222
Range: between 6 000 000 and 7 000 000 GBP
Section III: Legal, economic, financial and technical information
The contracting Authority reserves the right to require deposits, guarantees or other forms of security.
Payments will be made in accordance with the standard terms of payment detailed in the tender documents.
Minimum level(s) of standards possibly required: As set out in the on-line Pre-Qualification Questionnaire (PQQ) evaluation matrix and PQQ Instructions to Applicants document.
Will be specified in the Tender Documents and will be in accordance with Articles 44 to 52 of Directive 2004/18/EC and Regulations 23 to 29 of the Public Contracts Regulations 2006 (as amended) and as set out in sections E, F, G and H of the on-line Pre-Qualification Questionnaire (PQQ) evaluation matrix as well as the PQQ and ITT Instructions to Applicants and Specification of Service documents.
Minimum level(s) of standards possibly required:
As set out in the on-line Pre-Qualification Questionnaire (PQQ) evaluation matrix as well as the PQQ and ITT Instructions to Applicants/Tenderers and Specification of Service documents.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: As specified in the on-line Pre-Qualification Questionnaire (PQQ) evaluation matrix and PQQ Instructions to Tenderers document.
Following assessment of the PQQ submissions by the evaluation team, it is the Council's intention to restrict the number of organisations invited to tender to a maximum of 5 operators.
If more than 5 operators meet the criteria detailed in the PQQ for selection, the 5 highest ranked providers will be invited to the tender stage in accordance with the evaluation criteria set.
Payable documents: no
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: An authorised Officer of the London Borough of Enfield.
Section VI: Complementary information
The information and/or documents for this opportunity are available from http://www.londontenders.org Contractors must read through the set of instructions and follow the process to respond to this opportunity.
The contracting Authority accepts no responsibility for any costs in relation to the preparation or submission of tenders.Potential contractors should note that, in accordance with the UK Government's policies on transparency, the contracting Authority will be under the obligation to publish the Invitation to Tender (ITT) document, and the text of any contract, subject to possible redactions at the discretion of the contracting Authority. The contracting Authority undertakes to use its best endeavours to hold confidential any commercially sensitive information provided, subject to the contracting Authority's overriding obligations under the Freedom of Information Act 2000 and its transparency obligations.
The participating Authorities are committed to delivering social, economic and environmental benefits to their respective residents and local businesses. Contractors need to be aware that they will be asked to propose solutions to deliver the social, economic and environmental benefits specified in the on-line Pre-Qualification Questionnaire (PQQ) and Invitation to Tender (ITT) documents and to pay the National or London living wage to employees, including their sub-contractors working on participating Authorities contracts in accordance with the criteria set by the Living Wage Foundation and/or GLA.
Contractors are to note that:
(1) The information and/or tender documents for this opportunity will only be available via http://www.londontenders.org Potential contractors must register on this site to respond, if you are already registered you will not need to register again, simply use your existing user-name and password.
(2) Potential contractors must log-in to the http://www.londontenders.org site, search for the following Contract Title: Refurbishment and Remodelling of Block A to the Civic Centre and follow the instructions provided to you here.
(3) The completed PQQ and ITT submissions for this opportunity will only be received electronically via http://www.londontenders.org
(4) All communications regarding this opportunity will only be accepted through the discussions' portal via http://www.londontenders.org Written responses will be provided to all enquiries and any points of clarification or information will be circulated to all prospective contractors via the http://www.londontenders.org email system.
(5) Potential contractors are advised to allow yourself at least 2 hours when responding to this opportunity prior to the closing date and time, especially if you are required to upload documents as an attachment.(6) If you experience any technical difficulties please contact the Due North (http://www.londontenders.org) Help-desk on +44 1670597120 or e-mail:
Royal Court of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Internet address: www.hmcouts-service.gov.uk
Body responsible for mediation procedures
Centre for Effective Dispute Resolution
International Dispute Resolution Centre, 70 Fleet Street
EC4Y 1EU London
UNITED KINGDOM
E-mail:
Telephone: +44 2075366000
Unsuccessful bidders will be provided with a de-brief in the Award Decision Notice at the start of the standstill period.
Tenderers have a right to appeal provided for within the Public Contracts Regulations 2006 (as amended).
Any such proceedings must be brought in the High Court of England and Wales.
Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM
Telephone: +44 2072761234