Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)London Borough of Enfield
4th Floor, Civic Centre, Silver Street, Enfield
For the attention of: Mrs Greer Ndefo
EN1 3XA London
UNITED KINGDOM
Telephone: +44 2083795049
E-mail:
Internet address(es):
General address of the contracting authority: www.enfield.gov.uk
Address of the buyer profile: www.enfield.gov.uk
Electronic access to information: www.londontenders.org
Electronic submission of tenders and requests to participate: www.londontenders.org
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract
Major Housing Works.
II.1.2)Type of contract and location of works, place of delivery or of performanceWorks
Main site or location of works, place of delivery or of performance: The London Borough of Enfield and at 2 estates outside the borough boundary.
NUTS code UKI21
II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s)
The London Borough of Enfield (the Council) is entering into a framework agreement with multiple suppliers for the procurement of a programme of major works to its existing housing stock. Works will include Decent Homes works; internal refurbishment including the renewal and remodelling of kitchens and bathrooms; external envelope works including window replacement, roofing, over-cladding and structural repair works; extensions including prefabricated pod units; services upgrading and replacement (individual and communal systems including heating, electrical, gas and water, above and below ground drainage); renewal of passenger lift installations; energy efficiency works; fire precautions works; district heating schemes; estate environment and security improvements including door entry systems as required to a large portfolio of occupied residential flats and houses of widely varying age, size, condition and constructional type. Some works inclusive of constructor design. The proposed works require a high level of tenant and leaseholder consultation as the works will be carried out with tenants in situ. Individual contracts will be procured by means of mini-competition, or by direct call-off in limited circumstances. Some of the works may be carried out using grant monies provided by energy companies under The Electricity and Gas (Energy Companies Obligation) Order 2012 (ECO Works). The Council is entering into each Framework Agreement with each of the successful contractors for a period of 48 months although Call Offs may extend beyond the 48 month period of the Framework Agreement. The Council in creating this Framework Agreement does not guarantee any minimum levels of expenditure, quantity, allocation or value of works to any suppliers under this Framework Agreement. Contracts will be managed by the Council. Contracts may be administered by consultants appointed by The Council. The Council reserves the right not to award a contract or to award a contract for parts or parts of the programme advertised pursuant to this notice. The Council makes no guarantee as to the amount or value of work awarded under the Framework. Call-off contracts will be based on the JCT 2011 / PPC2000 suite of contracts, which will be amended to include the Council's own amendments. Under the Framework Agreements and call-off contracts the successful contractors and their supply chain will be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply chain initiatives. Accordingly the contract performance conditions in particular include social and environmental considerations. The contracts contain obligations to enter into training and employment initiatives relating to the programmed building works. There is an expectation that the appointed contractors will actively engage with local suppliers and other relevant SMEs.
II.1.5)Common procurement vocabulary (CPV)45300000, 45261900, 45262330, 45262650, 45262660, 45400000, 50700000
II.1.6)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)Lowest offer 90 000 000 and highest offer 110 000 000 GBP
Excluding VAT
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of
1. Price. Weighting 60
2. Quality. Weighting 40
IV.2.2)Information about electronic auctionAn electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
DNWC-9E8RKE
IV.3.2)Previous publication(s) concerning the same contract Section V: Award of contract
Contract No: 316894 Lot title: Major Housing WorksV.1)Date of contract award decision:5.5.2015
V.2)Information about offersNumber of offers received: 9
Number of offers received by electronic means: 9
V.3)Name and address of economic operator in favour of whom the contract award decision has been takenBreyer Group PLC
Faringdon Avenue, Harold Hill, Essex
RM3 8ST Romford
UNITED KINGDOM
V.4)Information on value of contractInitial estimated total value of the contract:
Value: 0 GBP
Excluding VAT
Total final value of the contract:
Value: 0 GBP
Excluding VAT
If annual or monthly value:
Number of years: 4
V.5)Information about subcontractingThe contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Not known
Contract No: 316894 Lot title: Major Housing WorksV.1)Date of contract award decision:5.5.2015
V.2)Information about offersNumber of offers received: 9
Number of offers received by electronic means: 9
V.3)Name and address of economic operator in favour of whom the contract award decision has been takenDurkan Limited
4 Elstree Gate, Elstree Way, Hertfordshire
WD6 1JD Borehamwood
UNITED KINGDOM
V.4)Information on value of contractInitial estimated total value of the contract:
Value: 0 GBP
Excluding VAT
Total final value of the contract:
Value: 0 GBP
Excluding VAT
If annual or monthly value:
Number of years: 4
V.5)Information about subcontractingThe contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Not known
Contract No: 316894 Lot title: Major Housing WorksV.1)Date of contract award decision:5.5.2015
V.2)Information about offersNumber of offers received: 9
Number of offers received by electronic means: 9
V.3)Name and address of economic operator in favour of whom the contract award decision has been takenKeepmoat Regeneration Ltd
Lakeside Boulevard, South Yorkshire
DN4 5PL Doncaster
UNITED KINGDOM
V.4)Information on value of contractInitial estimated total value of the contract:
Value: 0 GBP
Excluding VAT
Total final value of the contract:
Value: 0 GBP
Excluding VAT
If annual or monthly value:
Number of years: 4
V.5)Information about subcontractingThe contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Not known
Contract No: 316894 Lot title: Major Housing WorksV.1)Date of contract award decision:5.5.2015
V.2)Information about offersNumber of offers received: 9
Number of offers received by electronic means: 9
V.3)Name and address of economic operator in favour of whom the contract award decision has been takenLakehouse Contracts Ltd
1 King George Close, Essex
RM7 7LS Romford
UNITED KINGDOM
V.4)Information on value of contractInitial estimated total value of the contract:
Value: 0 GBP
Excluding VAT
Total final value of the contract:
Value: 0 GBP
Excluding VAT
If annual or monthly value:
Number of years: 4
V.5)Information about subcontractingThe contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Not known
Contract No: 316894 Lot title: Major Housing WorksV.1)Date of contract award decision:5.5.2015
V.2)Information about offersNumber of offers received: 9
Number of offers received by electronic means: 9
V.3)Name and address of economic operator in favour of whom the contract award decision has been takenMulalley & Co. Ltd
Teresa Gavin House, Woodford Avenue, Essex
IG8 8FA Woodford Green
UNITED KINGDOM
V.4)Information on value of contractInitial estimated total value of the contract:
Value: 0 GBP
Excluding VAT
Total final value of the contract:
Value: 0 GBP
Excluding VAT
If annual or monthly value:
Number of years: 4
V.5)Information about subcontractingThe contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Not known
Contract No: 316894 Lot title: Major Housing WorksV.1)Date of contract award decision:5.5.2015
V.2)Information about offersNumber of offers received: 9
Number of offers received by electronic means: 9
V.3)Name and address of economic operator in favour of whom the contract award decision has been takenUnited Living (South) Limited
Media House, Azalea Drive, Kent
BR8 8HU Swanley
UNITED KINGDOM
V.4)Information on value of contractInitial estimated total value of the contract:
Value: 0 GBP
Excluding VAT
Total final value of the contract:
Value: 0 GBP
Excluding VAT
If annual or monthly value:
Number of years: 4
V.5)Information about subcontractingThe contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Not known
Contract No: 316894 Lot title: Major Housing WorksV.1)Date of contract award decision:5.5.2015
V.2)Information about offersNumber of offers received: 9
Number of offers received by electronic means: 9
V.3)Name and address of economic operator in favour of whom the contract award decision has been takenWates Construction Limited
Wates House, Station Approach, Surrey
KT22 7SW Leatherhead
UNITED KINGDOM
V.4)Information on value of contractInitial estimated total value of the contract:
Value: 0 GBP
Excluding VAT
Total final value of the contract:
Value: 0 GBP
Excluding VAT
If annual or monthly value:
Number of years: 4
V.5)Information about subcontractingThe contract is likely to be sub-contracted: yes
Value or proportion of the contract likely to be sub-contracted to third parties:
Not known
Section VI: Complementary information
VI.1)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal proceduresHigh Court of England and Wales
Royal Courts of Justice The Strand
WC2A 2LL London
UNITED KINGDOM
Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice The Strand
WC2A 2LL London
UNITED KINGDOM
VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtainedHigh Court of England and Wales
Royal Courts of Justice The Strand
WC2A 2LL London
UNITED KINGDOM
VI.4)Date of dispatch of this notice:22.5.2015