Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Measured Term Contract for Repair, Maintenance and Small Value Works Projects for Council Non-Housing Properties

  • First published: 04 August 2023
  • Last modified: 04 August 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03ae22
Published by:
London Borough of Enfield
Authority ID:
AA21496
Publication date:
04 August 2023
Deadline date:
04 September 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Enfield Council wish to appoint a single provider to undertake General Building Repairs,

Responsive Maintenance and Minor Building Works to include works up to the maximum value of

£125,000 under a Measured Term Contract using the JCT MTC 2016 Form of Contract. The estimated value of the contract is approximately £3,5000,000 per annum.

The works to be included in the scope are of building fabric repairs and

responsive maintenance and M&E repairs. The scope also provides for minor works, inclusive

of building fabric and M&E works, programmes up to a works value band, set at £125,000,

for non-housing properties.

Pricing to be based on National Schedule of Rates. Contract duration to be 2 years with possible extensions. With the maximum extensions, the maximum possible contract duration is 6 years.

Works to be provided include:

Repair and Responsive Maintenance for non-housing properties.

Minor building works up to the maximum value of £125,000 (per scheme) (non-housing only).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

London Borough of Enfield

4th Floor, Civic Centre, Silver Street

Enfield

EN1 3XA

UK

Contact person: Ms Doreen Manning

Telephone: +44 2081321175

E-mail: Doreen.manning@enfield.gov.uk

NUTS: UKI54

Internet address(es)

Main address: http://www.enfield.gov.uk/

Address of the buyer profile: http://www.enfield.gov.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://procontract.due-north.com/Advert/Index?advertId=6e15a254-1cb1-ed11-811f-005056b64545


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/Advert/Index?advertId=6e15a254-1cb1-ed11-811f-005056b64545


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Measured Term Contract for Repair, Maintenance and Small Value Works Projects for Council Non-Housing Properties

Reference number: DN656985

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Enfield Council wish to appoint a single provider to undertake General Building Repairs,

Responsive Maintenance and Minor Building Works to include works up to the maximum value of

£125,000 under a Measured Term Contract using the JCT MTC 2016 Form of Contract. The estimated value of the contract is approximately £3,5000,000 per annum.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45450000

50000000

II.2.3) Place of performance

NUTS code:

UKI54

II.2.4) Description of the procurement

Enfield Council wish to appoint a single provider to undertake General Building Repairs,

Responsive Maintenance and Minor Building Works to include works up to the maximum value of

£125,000 under a Measured Term Contract using the JCT MTC 2016 Form of Contract. The estimated value of the contract is approximately £3,5000,000 per annum.

The works to be included in the scope are of building fabric repairs and

responsive maintenance and M&E repairs. The scope also provides for minor works, inclusive

of building fabric and M&E works, programmes up to a works value band, set at £125,000,

for non-housing properties.

Pricing to be based on National Schedule of Rates. Contract duration to be 2 years with possible extensions. With the maximum extensions, the maximum possible contract duration is 6 years.

Works to be provided include:

Repair and Responsive Maintenance for non-housing properties.

Minor building works up to the maximum value of £125,000 (per scheme) (non-housing only).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 22 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The contract period is 24 months (2 years).

There will be options to extend as follows:

1. Two possible extensions of two years each, or

2. Four possible extensions of one year each. or

3. A combination of 1. and 2. above

To a maximum contract duration of 6 years in total.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Refer to Procurement Documents

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The Tender returns will, in part, be evaluated on the basis of bidders approach to

delivering social value. Further guidance will be provided in the detailed tender

documentation. The proportion of the evaluation attributed to social value will be as detailed

in the Evaluation Criteria in the tender documents.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-006354

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 04/09/2023

Local time: 16:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 04/09/2023

Local time: 16:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The Council is using Constructionline (a procurement and supply chain management scheme that collects, assesses and monitors standard company information) to rationalise the procurement process.

If the bidder has a verified 'Gold’ or Silver’ standard of membership of Constructionline, the bidder will not have to complete certain parts of the Questionnaire Pack. Please refer to the procurement documents for further details.

Bidders who are not Constructionline members are encouraged to do so as this will simplify the pre-qualification process.

Bidders who have Standard or Bronze level membership of Constructionline can upgrade their membership by visiting ‘Manage Account’ within their Constructionline profile and following the instructions.

If you are not yet a Constructionline member you can join as a Gold Member. You can do this by visiting:

https://www.constructionline.co.uk/products-services/memberships/sub-contractor-memberships/

Please ensure you quote ENF23 in the ‘How did you hear about us’ section for both signups and upgrades.

For further information, please refer to the procurement documents.

VI.4) Procedures for review

VI.4.1) Review body

High court of England and Wales

The Strand

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

03/08/2023

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate
45450000 Other building completion work Building completion work
50000000 Repair and maintenance services Other Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Doreen.manning@enfield.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.