By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Secondary Tuition Centre, Bullsmoor Lane, Enfield, EN1 4RL.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

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:

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The 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 by the contracting authority:
Secondary Tuition Centre, Bullsmoor Lane, Enfield, EN1 4RL.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution
Execution

NUTS code UKI21

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The London Borough of Enfield is seeking expressions of interest to appoint a suitably qualified and experienced Main Contractor, with proven capability for the purpose a Construction Works Design and Build contract for a new-build single storey Pupil Referral Unit of approximately 2 500 m² gross internal floor area including associated external works, car parking, access roads, hard play area and landscaping.
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.

II.1.6)Common procurement vocabulary (CPV)

45210000, 45214000, 45214500, 45214230, 45214200

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Construction Works Design and Build contract for a new-build single storey Pupil Referral Unit of approximately 2 500 m² gross internal floor area including associated external works, car parking, access roads, hard play area and landscaping.
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
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 12 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent Company Guarantee and/or Performance Bond will be required as detailed in the Tender documents. The contracting Authority reserves the right to require deposits, guarantees or other forms of security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
This will be specified in the Tender documents. Payments will be made in accordance with the standard terms of payment detailed in the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Main Contractor and as specified in the Tender documents.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The performance of the Contract will be under the JCT Design and Build 2011 Terms and Conditions with minor amendments.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
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 and Appendix 1 - Pre-Qualification Questionnaire (PQQ) 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.

III.2.2)Economic and financial ability

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.
III.2.3)Technical capacity
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 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.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
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.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
1270
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 5.10.2015 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
5.10.2015 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
3.11.2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 18.12.2015 - 12:00
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional 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:

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

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

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with the Public Contracts Regulations 2015, the Contracting Authority will incorporate a minimum 10 calendar day standstill period starting from the day when contract award was notified to the bidders. 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 2015. Any such proceedings must be brought in the High Court of England and Wales.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM
E-mail:
Telephone: +44 2072761234

VI.5)Date of dispatch of this notice:
3.9.2015