Tender

LB Enfield Affordable Housing Programme Framework

LONDON BOROUGH OF ENFIELD

This public procurement record has 1 release in its history.

Tender

12 Aug 2022 at 15:23

Summary of the contracting process

The London Borough of Enfield is conducting an open tender for the LB Enfield Affordable Housing Programme Framework. This procurement opportunity falls under the works category and is seeking providers for development, works, services, and estate management. The tender, with an estimated value of £1,019,000,000, is part of a framework comprising three lots with specific requirements outlined in the procurement documents. The procurement method is open, and the deadline for submissions is September 27, 2022.

This tender by the London Borough of Enfield presents opportunities for businesses in the construction and real estate industries to participate in the delivery of affordable housing projects. Companies with experience in housing development, construction, and estate management are well-suited to compete. Potential participants should closely review the detailed requirements and submission terms provided in the tender documents to prepare competitive bids and position themselves for success in this procurement process.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

LB Enfield Affordable Housing Programme Framework

Notice Description

The London Borough of Enfield is seeking expressions of interest from suitably qualified and experienced providers for the provision of works and services to deliver Enfield's Affordable Housing Programme. The works and services will be delivered under a Framework comprising three Lots as follows: Lot 1 - Development and Works; Lot 2 - Development Services and Sales; Lot 3 - Estate Management. Full details of all requirements and instructions are provided in the procurement and Tender documents on the London Tenders Portal. Ref DN 625956

Lot Information

Development and Works

Lot 1 will be utilised for the procurement and development of housing-led sites. This will include all activities necessary to construct housing and associated facilities and infrastructure (e.g. commercial and employments spaces) and ensure the long-term effective housing and estate management of these sites. The Framework will be led by Enfield Council ("The Authority") and will be made available to the 32 London Boroughs and the City of London ("Authorised Users"). Specific requirements for works procured under this Lot will be set-out in the call-off documents but are likely to include (but not be limited to) the following: * Securing grant funding and raising of development finance * Obtaining planning permission * Supply chain management * Design and construction of housing * Design and construction of facilities and infrastructure to support housing * Aftercare and effective management of housing stock. Development works procured through the Framework will be subject to terms further specified in a separate contract that will be defined as part of the call off process. It is anticipated that the form of contract to be used for individual sites or opportunities will be one of: * Development Agreement, or * Forward Fund Sales Agreement. (Please note that Enfield reserves the right to use a range of contracts where necessary and this will be determined at the call off stage). LB Enfield is following an Open procurement procedure under the Public Contracts Regulations 2015 in order to procure the new 3-Lot Framework. LB Enfield anticipates awarding places on Lot 1 the Framework to a maximum of 8 providers. Full details of all requirements and instructions are provided in the procurement and Tender documents on the London Tenders Portal. 1. The Council or an Authorised User may invite, in writing, a Framework Provider to enter into a Call-Off Contract without any further competition between the Framework Providers ("Direct Selection") where: 1. the Call-Off Contract relates to Lot 1 and the gross development value of the project is estimated by the Council or the Authorised User to be PS30million or less. Additional direct award criteria are set out in the Framework Intentions Document (Appendix 10 of the ITT).

Options: The Framework will be awarded for an initial period of four years, with the option to extend it by up to a further two years. It is envisaged that the number of candidates that will be awarded to this Lot will be 8

Development Services and Sales

Lot 2 will be utilised to procure the technical and professional services of Providers to support delivery of Enfield (and any Authorised Users) affordable housing development programme. The Framework will be led by Enfield Council ("The Authority") and will be made available to the 32 London Boroughs and the City of London ("Authorised Users"). Specific requirements for works procured under this Lot will be set-out in the call-off documents but are likely to include (but not be limited to) the following: * Development Management services for part of, or the whole lifecycle of development projects * Sales and marketing of market sale and affordable homes. LB Enfield is following an Open procurement procedure under the Public Contracts Regulations 2015 in order to procure the new 3-Lot Framework. LB Enfield anticipates awarding places on Lot 2 of the Framework to a maximum of 6 providers. Full details of all requirements and instructions are provided in the procurement and Tender documents on the London Tenders Portal. 1. The Council or an Authorised User may invite, in writing, a Framework Provider to enter into a Call-Off Contract without any further competition between the Framework Providers ("Direct Selection") where: 1. the Call-Off Contract relates to services to be awarded under Lot 2 or 3 and: 1. the Council or the Authorised User is able to determine which Framework Provider will provide it with the most economically advantageous offer for the proposed Call-Off Contract by reference to the Framework Providers' tender submissions for the Framework Agreement and having regard to the particular requirements of the Call-Off Contract in question; 2. in relation to awards by the Council only, where the estimated value of the Call-Off Contract is less than PS500,000. Additional direct award criteria are set out in the Framework Intentions Document (Appendix 10 of the ITT).

Options: The Framework will be awarded for an initial period of four years, with the option to extend it by up to a further two years. It is envisaged that the number of candidates that will be awarded this Lot will be 6

Estate Management

Lot 3 will be utilised to procure the technical and professional services of Providers to support the management of Enfield (and any Authorised Users) affordable housing developments. The Framework will be led by Enfield Council ("The Authority") and will be made available to the 32 London Boroughs and the City of London ("Authorised Users"). Specific requirements for works procured under this Lot will be set-out in the call-off documents but are likely to include (but not be limited to) the following: * Estate and place management in line with Social Regulator standards. LB Enfield is following an Open procurement procedure under the Public. LB Enfield anticipates awarding places on Lot 3 of the Framework to 6 providers. Full details of all requirements and instructions are provided in the procurement and Tender documents on the London Tenders Portal. 1. The Council or an Authorised User may invite, in writing, a Framework Provider to enter into a Call-Off Contract without any further competition between the Framework Providers ("Direct Selection") where: 1. the Call-Off Contract relates to services to be awarded under Lot 2 or 3 and: 1. the Council or the Authorised User is able to determine which Framework Provider will provide it with the most economically advantageous offer for the proposed Call-Off Contract by reference to the Framework Providers' tender submissions for the Framework Agreement and having regard to the particular requirements of the Call-Off Contract in question; 2. in relation to awards by the Council only, where the estimated value of the Call-Off Contract is less than PS500,000. Additional direct award criteria are set out in the Framework Intentions Document (Appendix 10 of the ITT).

Options: The Framework will be awarded for an initial period of four years, with the option to extend it by up to a further two years. It is envisaged that the number of candidates that will be awarded this Lot will be 6

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-035b7f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/022340-2022
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

50 - Repair and maintenance services

70 - Real estate services

71 - Architectural, construction, engineering and inspection services

77 - Agricultural, forestry, horticultural, aquacultural and apicultural services

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

45000000 - Construction work

45111291 - Site-development work

45210000 - Building construction work

50000000 - Repair and maintenance services

70110000 - Development services of real estate

70123100 - Sale of residential real estate

70330000 - Property management services of real estate on a fee or contract basis

71242000 - Project and design preparation, estimation of costs

71247000 - Supervision of building work

71248000 - Supervision of project and documentation

71251000 - Architectural and building-surveying services

71500000 - Construction-related services

77314000 - Grounds maintenance services

79342000 - Marketing services

Notice Value(s)

Tender Value
£1,769,550,000 £1B-£10B
Lots Value
£1,769,550,000 £1B-£10B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
12 Aug 20223 years ago
Submission Deadline
27 Sep 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
LONDON BOROUGH OF ENFIELD
Contact Name
LBE Procurement Representative Sharon Hunt
Contact Email
enfield@echelonconsultancy.co.uk
Contact Phone
Not specified

Buyer Location

Locality
ENFIELD
Postcode
EN1 3ES
Post Town
Enfield
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI5 Outer London - East and North East
Small Region (ITL 3)
TLI54 Enfield
Delivery Location
TLH2 Bedfordshire and Hertfordshire, TLH23 Hertfordshire CC, TLI London

Local Authority
Enfield
Electoral Ward
Town
Westminster Constituency
Enfield North

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-035b7f-2022-08-12T16:23:23+01:00",
    "date": "2022-08-12T16:23:23+01:00",
    "ocid": "ocds-h6vhtk-035b7f",
    "description": "The Contracting Authority is committed to maximising Social Value opportunities through the Framework and these requirements are set out in the procurement documents. Exact Social Value requirements will be set out by the Contract Authority or any Authorised User of the Framework on a project by project basis and set out in the Call-Off documents. There will be a requirement for Framework Providers to provide Social Value information via the Contracting Authority's Social Value portal. The Contracting Authority will be developing a portfolio of properties that are outside the Borough. The Contracting Authority reserves the right to cancel the procurement and not to proceed with the Framework at any stage of the procurement process. The Contracting Authority also reserves the right not to award any or all of the Lots on the Framework. Neither the Contracting Authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for the Framework.",
    "initiationType": "tender",
    "tender": {
        "id": "DN625956",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "LB Enfield Affordable Housing Programme Framework",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "description": "The London Borough of Enfield is seeking expressions of interest from suitably qualified and experienced providers for the provision of works and services to deliver Enfield's Affordable Housing Programme. The works and services will be delivered under a Framework comprising three Lots as follows: Lot 1 - Development and Works; Lot 2 - Development Services and Sales; Lot 3 - Estate Management. Full details of all requirements and instructions are provided in the procurement and Tender documents on the London Tenders Portal. Ref DN 625956",
        "value": {
            "amount": 1769550000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "title": "Development and Works",
                "description": "Lot 1 will be utilised for the procurement and development of housing-led sites. This will include all activities necessary to construct housing and associated facilities and infrastructure (e.g. commercial and employments spaces) and ensure the long-term effective housing and estate management of these sites. The Framework will be led by Enfield Council (\"The Authority\") and will be made available to the 32 London Boroughs and the City of London (\"Authorised Users\"). Specific requirements for works procured under this Lot will be set-out in the call-off documents but are likely to include (but not be limited to) the following: * Securing grant funding and raising of development finance * Obtaining planning permission * Supply chain management * Design and construction of housing * Design and construction of facilities and infrastructure to support housing * Aftercare and effective management of housing stock. Development works procured through the Framework will be subject to terms further specified in a separate contract that will be defined as part of the call off process. It is anticipated that the form of contract to be used for individual sites or opportunities will be one of: * Development Agreement, or * Forward Fund Sales Agreement. (Please note that Enfield reserves the right to use a range of contracts where necessary and this will be determined at the call off stage). LB Enfield is following an Open procurement procedure under the Public Contracts Regulations 2015 in order to procure the new 3-Lot Framework. LB Enfield anticipates awarding places on Lot 1 the Framework to a maximum of 8 providers. Full details of all requirements and instructions are provided in the procurement and Tender documents on the London Tenders Portal. 1. The Council or an Authorised User may invite, in writing, a Framework Provider to enter into a Call-Off Contract without any further competition between the Framework Providers (\"Direct Selection\") where: 1. the Call-Off Contract relates to Lot 1 and the gross development value of the project is estimated by the Council or the Authorised User to be PS30million or less. Additional direct award criteria are set out in the Framework Intentions Document (Appendix 10 of the ITT).",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "name": "Cost",
                            "type": "cost",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 1010900000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2160
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The Framework will be awarded for an initial period of four years, with the option to extend it by up to a further two years. It is envisaged that the number of candidates that will be awarded to this Lot will be 8"
                },
                "status": "active"
            },
            {
                "id": "2",
                "title": "Development Services and Sales",
                "description": "Lot 2 will be utilised to procure the technical and professional services of Providers to support delivery of Enfield (and any Authorised Users) affordable housing development programme. The Framework will be led by Enfield Council (\"The Authority\") and will be made available to the 32 London Boroughs and the City of London (\"Authorised Users\"). Specific requirements for works procured under this Lot will be set-out in the call-off documents but are likely to include (but not be limited to) the following: * Development Management services for part of, or the whole lifecycle of development projects * Sales and marketing of market sale and affordable homes. LB Enfield is following an Open procurement procedure under the Public Contracts Regulations 2015 in order to procure the new 3-Lot Framework. LB Enfield anticipates awarding places on Lot 2 of the Framework to a maximum of 6 providers. Full details of all requirements and instructions are provided in the procurement and Tender documents on the London Tenders Portal. 1. The Council or an Authorised User may invite, in writing, a Framework Provider to enter into a Call-Off Contract without any further competition between the Framework Providers (\"Direct Selection\") where: 1. the Call-Off Contract relates to services to be awarded under Lot 2 or 3 and: 1. the Council or the Authorised User is able to determine which Framework Provider will provide it with the most economically advantageous offer for the proposed Call-Off Contract by reference to the Framework Providers' tender submissions for the Framework Agreement and having regard to the particular requirements of the Call-Off Contract in question; 2. in relation to awards by the Council only, where the estimated value of the Call-Off Contract is less than PS500,000. Additional direct award criteria are set out in the Framework Intentions Document (Appendix 10 of the ITT).",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "name": "Cost",
                            "type": "cost",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 757150000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2160
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The Framework will be awarded for an initial period of four years, with the option to extend it by up to a further two years. It is envisaged that the number of candidates that will be awarded this Lot will be 6"
                },
                "status": "active"
            },
            {
                "id": "3",
                "title": "Estate Management",
                "description": "Lot 3 will be utilised to procure the technical and professional services of Providers to support the management of Enfield (and any Authorised Users) affordable housing developments. The Framework will be led by Enfield Council (\"The Authority\") and will be made available to the 32 London Boroughs and the City of London (\"Authorised Users\"). Specific requirements for works procured under this Lot will be set-out in the call-off documents but are likely to include (but not be limited to) the following: * Estate and place management in line with Social Regulator standards. LB Enfield is following an Open procurement procedure under the Public. LB Enfield anticipates awarding places on Lot 3 of the Framework to 6 providers. Full details of all requirements and instructions are provided in the procurement and Tender documents on the London Tenders Portal. 1. The Council or an Authorised User may invite, in writing, a Framework Provider to enter into a Call-Off Contract without any further competition between the Framework Providers (\"Direct Selection\") where: 1. the Call-Off Contract relates to services to be awarded under Lot 2 or 3 and: 1. the Council or the Authorised User is able to determine which Framework Provider will provide it with the most economically advantageous offer for the proposed Call-Off Contract by reference to the Framework Providers' tender submissions for the Framework Agreement and having regard to the particular requirements of the Call-Off Contract in question; 2. in relation to awards by the Council only, where the estimated value of the Call-Off Contract is less than PS500,000. Additional direct award criteria are set out in the Framework Intentions Document (Appendix 10 of the ITT).",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "name": "Cost",
                            "type": "cost",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 1500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2160
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The Framework will be awarded for an initial period of four years, with the option to extend it by up to a further two years. It is envisaged that the number of candidates that will be awarded this Lot will be 6"
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45111291",
                        "description": "Site-development work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "70110000",
                        "description": "Development services of real estate"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH23"
                    },
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "70123100",
                        "description": "Sale of residential real estate"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71242000",
                        "description": "Project and design preparation, estimation of costs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71247000",
                        "description": "Supervision of building work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71248000",
                        "description": "Supervision of project and documentation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71251000",
                        "description": "Architectural and building-surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71500000",
                        "description": "Construction-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79342000",
                        "description": "Marketing services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH2"
                    },
                    {
                        "region": "UKI"
                    }
                ],
                "deliveryLocation": {
                    "description": "Enfield, Greater London and Hertfordshire"
                },
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "70330000",
                        "description": "Property management services of real estate on a fee or contract basis"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77314000",
                        "description": "Grounds maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH2"
                    },
                    {
                        "region": "UKI"
                    }
                ],
                "deliveryLocation": {
                    "description": "Enfield, Greater London and Hertfordshire"
                },
                "relatedLot": "3"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.londontenders.org/",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 20,
                "periodRationale": "The duration of the framework is 4 years with the option to extend for a further 2 years. In view of the optimum duration required to secure keen interest from a currently buoyant market; the critical nature of the works in respect of delivering the affordable housing by 2030; the timescales for expiry of other similar construction projects; the significant length of time it may require to develop, design and deliver some of the projects under the framework, the need to programme over a longer period in order to optimise delivery resources and do so over the post covid period, it is considered appropriate for LB Enfield to have the option to extend for up to a further 2 years beyond the initial 4 year limit."
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-09-27T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2022-09-27T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2022-09-27T12:00:00+01:00"
        },
        "hasRecurrence": false,
        "reviewDetails": "The London Borough of Enfield will observe a standstill period following the award of the Framework and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended)."
    },
    "parties": [
        {
            "id": "GB-FTS-7439",
            "name": "London Borough of Enfield",
            "identifier": {
                "legalName": "London Borough of Enfield"
            },
            "address": {
                "streetAddress": "B Block South, Civic Centre",
                "locality": "Enfield",
                "region": "UKI54",
                "postalCode": "EN1 3ES",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "LBE Procurement Representative Sharon Hunt",
                "email": "enfield@echelonconsultancy.co.uk",
                "url": "https://www.londontenders.org/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.enfield.gov.uk/",
                "buyerProfile": "http://www.enfield.gov.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AGENCY",
                        "description": "Regional or local agency/office"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-726",
            "name": "High Court of England and Wales",
            "identifier": {
                "legalName": "High Court of England and Wales"
            },
            "address": {
                "streetAddress": "The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-137",
            "name": "Cabinet Office",
            "identifier": {
                "legalName": "Cabinet Office"
            },
            "address": {
                "streetAddress": "70 Whitehall",
                "locality": "London",
                "postalCode": "SW1A 2AS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "mediationBody",
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-7439",
        "name": "London Borough of Enfield"
    },
    "language": "en"
}