Homes and Communities Agency Demolition Framework 2017 – 2021
The procurement covers all necessary activities to fulfil the HCA’s requirements for demolitions and asbestos removal across its portfolio throughout the contract duration.
United Kingdom-Bristol: Demolition work
2017/S 080-153666
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
2 Rivergate, Temple Quay
Bristol
BS1 6EH
United Kingdom
Contact person: Gareth Wilson
E-mail: gareth@miconcepts.co.uk
NUTS code: UKK11
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
HCA Demolition Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This contract is a multidisciplinary framework agreement. The procurement is a 2 stage restricted process, which has a Pre-Qualifying Questionnaire and an Invitation to Tender. Suppliers must first submit Pre Qualifying information in order to be invited to tender. The procurement covers all necessary activities to fulfil the HCA’s requirements for demolitions and asbestos removal across its portfolio throughout the contract duration. This includes environmental appraisals and reports; asbestos reporting and asbestos strip; and all demolition activities including waste removal and recycling.
The HCA wish to appoint a selection of contractors in order to cover these requirements. Contractors may tender for one or more disciplines, and the HCA reserves the right to award either single discipline or multi-discipline contract on the basis of each tender. Each successful contractor appointed to the Framework will have submitted a schedule of rates, which will be relied upon.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
This Framework is designed to cover the HCA assets, and primarily focuses on the South West region. However, all national local authorities and other public bodies are eligible to use this Framework.
II.2.4)Description of the procurement:
*Scope of Works*
— Environmentals-
Site Reports and Investigations
Ecology and Biodiversity Reports
Bat Reports
UXO Surveys
Radiation Surveys
Ground Conditions and Ground Water
Others.
— Asbestos Investigation-
Sampling
Testing
Reporting
— Asbestos Removal-
Prelims
Licensable ACM Removal
Non — Licensable ACM Removal
Disposal
— Demolition-
Prelims
Hard Strip
Soft Strip
Foundations
Hard Standing
Crushing Waste
Waste Storage
Waste Disposal
Reclaim Materials
Site Re-Cover
— Project Management-
— CDM Coordination-.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
All evaluation criteria is provided in the procurement documents, available at the included link. First suppliers must complete a pre-qualifying questionnaire before being invited to tender, and pass these criteria. At the ITT stage, the best suppliers will be selected at the discretion of the buyer. This may be more or less than the envisage number here depending on the applicants.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
This procurement is eligible for use by a full list of local authorities and public bodies listed in the procurement documentation which is available for use at the included link.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Registration with relevant professional bodies and legal entities necessary to carry out the works.
These includes waste carriers licence, registration with NFDC for demolitions, and detailed criteria for asbestos works (registration with ARCA / ACAD, participation in RICE scheme for laboratories). This is fully detailed in the procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
An example copy of the contract will be provided at the ITT stage. However it covers the basic terms of a works contract, including variations, quality of equipment, progress payments, and aims to ensure a mutually beneficial working relationship.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.4.1)Review body
2 Rivergate, Temple Quay
Bristol
BS1 6EH
United Kingdom
E-mail: SSWContracts@hca.gsi.gov.ukInternet address:https://www.gov.uk/government/organisations/homes-and-communities-agency
VI.4.4)Service from which information about the review procedure may be obtained
Barclays House, Gatehouse Way
Aylesbury
HP19 8DB
United Kingdom
E-mail: enquiries@miconcepts.co.ukInternet address:http://miconcepts.co.uk
VI.5)Date of dispatch of this notice:
Related Posts
Medway Council Minor Works Framework 2017 – 2021
Demolition Contract Canterbury Cathedral
Asbestos and Demolition Framework Agreement Yorkshire and the Humber
Asbestos Removal and Demolition Works Northumberland
Asbestos Removal Invitation to Tender – Imperial War Museum, London