Secondary Tuition Centre, Bullsmoor Lane, Enfield, EN1 4RL.
Contract notice
Works
Section I: Contracting authority
London Borough of Enfield
B-Block South, Civic Centre, Silver Street
Contact point(s): Construction Programme Manager
For the attention of: Mr Barry Skelton
EN1 3XD Enfield
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
Electronic access to information: www.londontenders.org
Electronic submission of tenders and requests to participate: www.londontenders.org
Further information can be obtained from: London Borough of Enfield
B-Block South, Civic Centre, Silver Street
Contact point(s): Construction Programme Manager
For the attention of: Mr Barry Skelton
EN1 3XD Enfield
UNITED KINGDOM
Telephone: +44 2083796833
E-mail:
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: London Borough of Enfield
B-Block South, Civic Centre, Silver Street
Contact point(s): Construction Programme Manager
For the attention of: Mr Barry Skelton
EN1 3XD Enfield
UNITED KINGDOM
Telephone: +44 2083796833
E-mail:
Tenders or requests to participate must be sent to: London Borough of Enfield
B-Block South, Civic Centre, Silver Street
Contact point(s): Construction Programme Manager
For the attention of: Mr Barry Skelton
EN1 3XD Enfield
UNITED KINGDOM
Telephone: +44 2083796833
E-mail:
Section II: Object of the contract
Design and execution
Execution
NUTS code UKI21
The form of contract will be JCT 2011 Design and Build Contract.
The Contractor will have vacant possession of the site; demolition, site clearance and enabling incoming services will be completed prior to the new construction works via a separately procured Enabling Works Contract.
The duration of the Contract will be for a period of 12 months (on site plus 2 months preconstruction design from the award of the contract).
The contracting Authority will be looking to award the Contract to a single contractor, with a commencement date of the 18.3.2016.
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, 45214000, 45214500, 45214230, 45214200
The Contractor will have vacant possession of the site; demolition, site clearance and enabling incoming services will be completed prior to the new construction works via a separately procured Enabling Works Contract.
The duration of the Contract will be for a period of 12 months (on site plus 2 months preconstruction design from the award of the contract).
Please refer to the ITT documents for the total scope of the contract.
Estimated value excluding VAT: 7 700 000 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: The performance of the Contract will be under the JCT Design and Build 2011 Terms and Conditions with minor amendments.
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 ITT documents locate instructions on how to respond to this opportunity.
Information and formalities necessary for evaluating if the requirements are met: Will be specified in the Tender Documents and will be in accordance with Directive 2014/24/EU and the Public Contracts Regulations 2015 and as set out within the PQQ Instructions to Applicants, Appendix 1 - Pre-Qualification Questionnaire (PQQ) and Appendix 2 - Financial Assessment documents. The Contracting Authority will utilise financial assessment techniques in line with the OGC ‘Supplier Financial Appraisal Guidance’ document issued in October 2001 and updated in April 2008.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 ITT documents locate instructions on how to respond to this opportunity.
Minimum level(s) of standards possibly required: As set out in Section 3 (Financial Details), 4.1 (Insurance) of Appendix 1 - Pre-Qualification Questionnaire (PQQ) and Appendix 2 - Financial Assessment within the PQQ Instructions to Applicants document.Will be specified in the Tender Documents and will be in accordance with Directive 2014/24/EU and the Public Contracts Regulations 2015 and as set out within the PQQ Instructions to Applicants, Appendix 1 - Pre-Qualification Questionnaire (PQQ) and the Specification of Service documents.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 ITT documents locate instructions on how to respond to this opportunity.
Minimum level(s) of standards possibly required:As set out in Section 4.5 (Community Benefit) and 5 ((Technical Ability and Capability) of Appendix 1 - Pre-Qualification Questionnaire (PQQ) within the PQQ Instructions to Applicants document as well as the ITT Instructions to Applicants and Specification of Service documents.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: The selection process of contractors to be invited to the Invitation to Tender (ITT) stage will be as set out in the PQQ Instructions to Applicants, Appendix 1 - Pre-Qualification Questionnaire (PQQ) and Appendix 2 - Financial Assessment documents. Following assessment of the PQQ submissions by the evaluation team, it is the Authority'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: no
Section VI: Complementary information
The selection process of contractors to be invited to the Invitation to Tender (ITT) stage will be as set out in the PQQ Instructions to Applicants, Appendix 1 - Pre-Qualification Questionnaire (PQQ) and Appendix 2 - Financial Assessment documents. 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 Authority is committed to delivering social, economic and environmental benefits to their respective residents and local businesses. Contractors need to be aware that there may be conditions relating to the social, economic and environmental requirement of the contracting authority included in this contract and they will be asked to propose solutions to deliver the social, economic and environmental benefits specified in the 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 the Authority's contracts in accordance with the criteria set by the Living Wage Foundation and/or GLA. Contract conditions should be detailed in the Invitation to Applicants document. 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 username and password.
(2) Potential contractors must log-in to the http://www.londontenders.org site, search for the following Contract Title: Secondary Tuition Centre, Bullsmoor Lane, Enfield 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) Helpdesk on +44 1670597120 or email:
Royal Court of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
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
Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM
E-mail:
Telephone: +44 2072761234