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

Willoughby Lane and Meridian Way Remediation and Framework for Remediation Works.

Contract notice

Works

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
For the attention of: Ms Kathryn Stevens
EN1 3XA Enfield
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: http://www.enfield.gov.uk/

Further information can be obtained from: London Borough of Enfield
4th Floor, Civic Centre, Silver Street
For the attention of: Ms Kathryn Stevens
EN1 3XA Enfield
UNITED KINGDOM
E-mail:

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: London Borough of Enfield
4th Floor, Civic Centre, Silver Street
For the attention of: Ms Kathryn Stevens
EN1 3XA Enfield
UNITED KINGDOM
E-mail:

Tenders or requests to participate must be sent to: London Borough of Enfield
4th Floor, Civic Centre, Silver Street
For the attention of: Ms Kathryn Stevens
EN1 3XA Enfield
UNITED KINGDOM
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: yes

Westminster City Council
United Kingdom
Westminster City Hall, 64 Victoria Street
SW1E 6QP London
UNITED KINGDOM

The Royal Borough of Kensington & Chelsea
United Kingdom
Town Hall, Hornton Street
W8 7NX London
UNITED KINGDOM

London Borough of Southwark
United Kingdom
PO Box 64259
SE1P5LX London
UNITED KINGDOM

London Borough of Lambeth
United Kingdom
Oliver Morris House, 18 Brixto Hill
SW2 1RD London
UNITED KINGDOM

London Borough of Wandsworth
United Kingdom
The Town Hall, Wandsworth High Street
SW18 2PU London
UNITED KINGDOM

London Borough of Hammersmith & Fulham
United Kingdom
Town Hall, King Street
W6 9JU London
UNITED KINGDOM

London Borough of Tower Hamlets
United Kingdom
Town Hall, Mulberry Place, 5 Clove Crescent
E14 2BG London
UNITED KINGDOM

London Borough of Hackney
United Kingdom
Town Hall, Mare Street
E8 1AE London
UNITED KINGDOM

London Borough of Islington
United Kingdom
Town Hall, Upper Street
London
UNITED KINGDOM

London Borough of Camden
United Kingdom
5 Pancras Square
N1C 4AG London
UNITED KINGDOM

London Borough of Brent
United Kingdom
Brent Civic Centre, Engineers Way
HA9 0FJ Wembley
UNITED KINGDOM

London Borough of Ealing
United Kingdom
Perceval House, 14/16 Uxbridge Road
W5 2HL Ealing
UNITED KINGDOM

London Borough of Hounslow
United Kingdom
Civic Centre, Lampton Road
TW3 4DN Hounslow
UNITED KINGDOM

London Borough of Richmond upon Thames
United Kingdom
Civic Centre, 44 York Street
TW1 3BZ Twickenham
UNITED KINGDOM

The Royal Borough of Kingston upon Thames
United Kingdom
Guildhall, 2 High Street
KT1 1EU Kingston upon Thames
UNITED KINGDOM

London Borough of Merton
United Kingdom
Civic Centre, London Road
SM4 5DX Morden
UNITED KINGDOM

London Borough of Sutton
United Kingdom
Civic Offices, St. Nicholas Way
SM1 1EA Sutton
UNITED KINGDOM

London Borough of Croydon
United Kingdom
Bernard Weatherill House, 8 Mint Walk
CR0 1EA Croydon
UNITED KINGDOM

London Borough of Bromley
United Kingdom
Civic Centre, Stockwell Close
BR1 3UH Bromley
UNITED KINGDOM

London Borough of Lewisham
United Kingdom
Laurence House, 1 Catford Road
SE6 4RU London
UNITED KINGDOM

Royal Borough of Greenwich
United Kingdom
The Woolwich Centre, Wellington Street
SE18 6QH Woolwich
UNITED KINGDOM

London Borough of Bexley
United Kingdom
Civic Offices, 2 Watlign Street
DA6 7AT Bexleyheath
UNITED KINGDOM

London Borough of Havering
United Kingdom
Town Hall, Main Road
RM1 3BB Romford
UNITED KINGDOM

London Borough of Barking & Dagenham
United Kingdom
Rainham Road North
RM10 7BN Dagenham
UNITED KINGDOM

London Borough of Redbridge
United Kingdom
Redbridge Town Hall, 128 - 142 High Road
IG1 1DD Ilford
UNITED KINGDOM

London Borough of Newham
United Kingdom
Newham Dockside, 1000 Dockside Road
E16 2QU London
UNITED KINGDOM

London Borough of Waltham Forest
United Kingdom
Town Hall, Forest Road
E17 4JF Walthamstow
UNITED KINGDOM

London Borough of Haringey
United Kingdom
Civic Centre, High Road, Wood Green
N22 8LE London
UNITED KINGDOM

London Borough of Enfield
United Kingdom
Civic Centre, Silver Street
EN1 3XA Enfield
UNITED KINGDOM

London Borough of Barnet
United Kingdom
North London Business Park, Oakleigh Road South
N11 1NP London
UNITED KINGDOM

London Borough of Harrow
United Kingdom
Civic Centre, Station Road
HA1 2XY Harrow
UNITED KINGDOM

London Borough of Hillingdon
United Kingdom
Civic Centre, High Street
UB8 1UW Uxbridge
UNITED KINGDOM

City of London Corporation
United Kingdom
Guildhall, PO Box 270
EC2P 2EJ London
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Willoughby Lane and Meridian Way Remediation and Framework for Remediation Works.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution

NUTS code UKI21

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 3

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 10 000 000 and 40 000 000 GBP
Frequency and value of the contracts to be awarded: The London Borough of Enfield intends to award an intial contract for remediation works at Willoughby Lane and Meridian Way at an estimated value of 10 000 000 GBP to 15 000 000 GBP on the basis set out at section II.1.5) of this Contract Notice. In addition, the framework agreement is intended to be available for use by other contracting authorities referred to at Annex A. The estimated values set out in this Section II.1.4 reflect the potential use by those other contracting authorities.
II.1.5)Short description of the contract or purchase(s)
The London Borough of Enfield (‘Enfield’) intends to:
1) conclude a framework agreement for remediation works with 3 experienced, specialist remediation contractors. That framework will be available for use by other contracting authorities referred to at Annex A ofthis Contract Notice; and
2) award a contract immediately on conclusion of the framework agreement for remediation works at Willoughby Lane and Meridian Way. The Willoughby Lane and Meridian Way contract shall be a direct award pursuant to the framework and tenderers' submissions for appointment to the framework shall also address the Willoughby Lane project in particular.
Enfield does not guarantee to award any contract or to conclude any framework agreement pursuant to this Contract Notice and expressly reserves the right to abandon this project at any time. Enfield shall have no liability to any applicant, tenderer or potential applicant arising from this Contract Notice and any organisation which expresses an interest does so entirely at its own risk and shall be solely responsible for any costs so incurred.
II.1.6)Common procurement vocabulary (CPV)

45100000, 90522000, 45111200, 45111291, 90722200, 90722300

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:
Initial contract for Willoughby Lane and Meridian Way at 10 000 000 GBP - 15 000 000 GBP. Further contracts as instructed by Enfield or other authorities.
Estimated value excluding VAT:
Range: between 10 000 000 and 40 000 000 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: 48 (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:
Details of any deposits or guarantees required will be set out in the contract documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details of any financing conditions or payment arrangements will be set out in the contract documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability or a lead contracting entity to assume primary liability supported by performance guarantees from other consortium members. The Contracting Authority will address this in further detail during PQQ evaluation.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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: Applicants are required to complete a pre-qualification questionnaire (PQQ) in accordance with the provisions of the Public Contracts Regulations 2015.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As set out in the PQQ.
Minimum level(s) of standards possibly required: As set out in the PQQ.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out in the PQQ.
Minimum level(s) of standards possibly required:
As set out in the PQQ.
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: As set out in the PQQ.
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:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
15.10.2015 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
15.9.2015
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
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
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 Contracting Authority reserves the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the works at its sole discretion. The Contracting Authority shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any contract with the Contracting Authority shall be incurred entirely at that applicant's/tenderer's risk. Under this contract the contractor and its 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 may relate in particular to social and environmental considerations. Appointment to the framework is no guarantee of work or of any minimum amount of work. London Borough of Enfield has adopted Construction line, a certification service for construction-related contractors, consultants and material suppliers to reduce the administrative burden on suppliers wishing to apply for this opportunity. If you are already registered with Construction line, you will not need to complete our full PQQ - simply supply your Construction line membership number and complete our technical questionnaire. Please ensure you log-in to your Construction line profile and confirm the information they hold on your company is accurate and that you are registered for 45000000-7 Construction Work. You must do this by 15.10.2015 to ensure any changes can be made to your information prior to the closing date of this notice. Please contact Andy Preston on +44 7584703352 or for assistance. Applications not registered with Construction line are encouraged to do so as this will simplify the pre-qualification process. To register in relation to this contract notice please contact Tom Jackson on +44 7712391082 or You will need to start the registration process as soon as possible and ensure that you achieve a fully registered status by 15.10.2015.Suppliers not registered with Construction line will not be precluded from expressing an interest in this contract notice but will need to complete the full pre-qualification questionnaire to demonstrate that they meet the pre-qualification requirements. The tender process is being conducted by electronically via Pro Contract (London Tenders Portal): https://www.londontenders.org/portal/CMS.nsf/vHomePage/fSection?OpenDocument Suppliers interested in this tender are required to pre-register on this website in order to receive documentation. After registering the tender documents can then be downloaded. All Tender responses and any supporting documentation must be submitted through this system. There must be no postal correspondence from bidders. Tenders shall not be sent and will not be accepted by fax or e-mail.

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

High Court of England and Wales
United Kingdom
Royal Courts of Justice, The Strand
WC1A 2LL London
UNITED KINGDOM

Body responsible for mediation procedures

High Court of England and Wales
United Kingdom
Royal Courts of Justice, The Strand
WC1A 2LL London
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting Authority will observe a standstill period following the award of the contract and conduct itself in.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Cabinet Office
United Kingdom
70 Whitehall
SW1A 2AS London
UNITED KINGDOM

VI.5)Date of dispatch of this notice:
15.9.2015