Demolition Services for Councils in Scotland
Demolition and deconstruction works across Scotland. Demolition services Framework.
United Kingdom-Paisley: Building demolition and wrecking work and earthmoving work
2020/S 030-071049
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Renfrewshire House, Cotton Street
Town: Paisley
NUTS code: UKM83
Postal code: PA1 1AR
Country: United Kingdom
E-mail: Construction@scotland-excel.org.uk
Telephone: +44 3003001200
Fax: +44 1416187423
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Demolition and Deconstruction Works 1119
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This framework will provide Councils, associate members and other bodies participating with a mechanism to procure a range of demolition and deconstruction works.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Emergency Demolition
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various locations throughout the geographical boundaries of the participating Councils, associate members and other bodies participating within Scotland.
II.2.4)Description of the procurement:
This lot will provide Councils, associate members and other bodies participating with a mechanism to procure emergency demolition works.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework contract will be for a period of up to 4 years. The initial period of the framework contract will run for 2 years from the starting date with an option to extend for up to a further 24-month period subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel.
II.2.10)Information about variants
II.2.11)Information about options
As detailed in the procurement documents..
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on PCS-Tender project relevant to this procurement and the other tender documents for further information.
II.2.1)Title:
Demolition and Deconstruction Works up to 50 000 GBP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various locations throughout the geographical boundaries of the participating councils,associate members and other bodies participating within Scotland.
II.2.4)Description of the procurement:
This lot will provide Councils, associate members and other bodies participating with a mechanism to procure planned demolition and deconstruction works with value up to 50 000,00 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework contract will be for a period of up to 4 years. The initial period of the framework contract will run for 2 years from the starting date with an option to extend for up to a further 24- month period subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel.
II.2.10)Information about variants
II.2.11)Information about options
As detailed in the procurement documents.
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the invitation to tender contained on PCS-Tender project relevant to this procurement and the other tender documents for further information.
II.2.1)Title:
Demolition and Deconstruction Works on or over 50 000 GBP
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Various locations throughout the geographical boundaries of the participating Councils, associate members and other bodies participating within Scotland.
II.2.4)Description of the procurement:
This lot will provide councils, associate members and other bodies participating with a mechanism to procure planned demolition and deconstruction works with value on or over 50 000,00 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework contract will be for a period of up to 4 years. The initial period of the framework contract will run for 2 years from the starting date with an option to extend for up to a further 24-month period subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel.
II.2.10)Information about variants
II.2.11)Information about options
As detailed in the procurement documents.
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the invitation to tender contained on PCS-Tender project relevant to this procurement and the other tender documents for further information.
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
In accordance with Regulation 59 (12), as this proposed framework agreement is divided into lots, these technical and professional ability selection criteria applies to all lots except where stated otherwise.
For Lot 3, all economic operators must hold and maintain the relevant accreditation as listed below:
— ESPD (Scotland) Questions 4A.1 HSE Licence (minimum 1-year license type) and waste carriers licence.
III.1.2)Economic and financial standing
In accordance with Regulation 59(12), as this proposed framework agreement is divided into lots, these economic and financial standing selection criteria applies to all lots.
— ESPD (Scotland) Questions 4B5; 4B.5.1a, 4B.5.1b, 4B.5.2, 4B.5.3 — insurance requirements are as set out below and detailed in the procurement documents.
It is a requirement of this framework that tenderers hold, or can commit to obtain prior to the start date of the framework, the types and levels of insurance indicated below:
— employers liability – in accord with Regulation 5 of the employers’ liability (compulsory insurance) Regulations 1998 (as amended) to a minimum indemnity limit of 10 000 000 GBP for each and every claim,
— third party liability – to a minimum indemnity limit of 5 000 000 GBP for each and every claim. Where a tenderer holds an HSE License (minimum 1 year license type) this should not exclude cover for work with asbestos,
— motor vehicle insurance – in accord with the provisions of the current Road Traffic Act 1988 (as amended) to a minimum indemnity level of 5 000 000 GBP for each and every claim in respect of Property damage and unlimited in respect of personal injury.
Tenderers must note that this level of insurance is required to be awarded onto the framework, however the Council may request an increase to the minimum level of insurance cover required or request additional insurance cover when awarding a work order under the framework contract.
— ESPD (Scotland) Questions 4B.6 and 4B 6.1 — other economic or financial requirements.
A search of the tenderer against Equifax’s Protect will not return a ‘Warning’ or ‘Caution’ returnable code or any neutral code, and if a ‘Warning’ or ‘Caution’ returnable code or any neutral code is returned, the tenderer confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting within its permitted discretion under the applicable public procurement rules) that the tenderer does/would not present an unmanageable risk should it be appointed on to the proposed framework agreement.
III.1.3)Technical and professional ability
In accordance with Regulation 59 (12), as this proposed framework agreement is divided into lots, these technical and professional ability selection criteria applies to all lots.
— ESPD (Scotland) Part 4C: technical questionnaire,
— ESPD (Scotland) 4C.1 2 Examples per lot tenderer is bidding for (Where the tenderer is a newer or start up company, please see ESPD section 1.75.1, bidder guidance),
— ESPD (Scotland) 4C.10 Sub contracting,
— ESPD (Scotland) Questions 4D.1; 4D 1.1 and 4D 1.2 quality management procedures, health and safety procedures and health and safety breach,
— ESPD (Scotland) Questions 4D.2; 4D 2.1 and 4D 2.2 environmental management standards.
Further to the identified selection criteria outlined above (III 1.1, III 1.2 and III 1.3), tenderers are instructed to review the ‘1119 D+D information and instructions to tenderers including evaluation methodology’ document, which can be found in the ‘Information and Instructions’ folder in the buyer attachment area, within ITT 33056. This contains full guidance and the minimum standards required.
III.2.2)Contract performance conditions:
For details of the conditions relevant to the proposed framework agreement and contracts to be called-off thereunder (to the extent known or settled at this stage), please see the ‘1119 D+D information and instructions to tenderers including evaluation methodology’ in the information and instructions folder of the buyer attachments area of ITT 33056. The full framework scope and detailed conditions of contract are provided in the tender documents. This document also contains guidance in relation to any tender to be submitted by a consortium or group of bidders.
Scotland Excel will require the members of any tendering group of entities (including but not limited to consortium members, members of a group of economic operators and/or sub-contractors) to be jointly and severally liable for the performance of the contract (no matter the legal form taken by those entities in order to enter into the contract).
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.6)Information about electronic auction
Electronic auctions may be used if Councils opt to do so as part of a competitive selection procedure as set out in the terms of the framework contract published within the procurement documents. In this event, information relative to Regulation 36 (Electronic Auctions) of the Public Contracts (Scotland) Regulations 2015 will be provided as part of the competitive selection procedure.
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Scotland Excel is a central purchasing body and is procuring this framework on behalf of the following contracting authorities(and successor bodies):
(a) the 32 local authorities in Scotland as listed at http://www.scotland-excel.org.uk/home/aboutus/ourmembers.aspx
(b) Scotland Excel associate members as listed at http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Associate-members.aspx
(c) any Integration authority, or other body, established pursuant to the Public Bodies (Joint Working)(Scotland)Act 2014;
(d) Any Scottish Registered Social Landlords listed on the public register of the Scottish Housing Regulator:
http://directory.scottishhousingregulator.gov.uk/Documents/Landlord%20Register.pdf as at the date of publication of this notice.
(e) Tayside contracts;
(f) advanced procurement for Universities and Colleges (APUC Ltd) and their member organisations across the higher and further education sector in Scotland and their associated and affiliated bodies;
(g) Scottish Prison Service (SPS);
(h) Scottish National Health Service Authorities and Trusts;
(i) Transport Scotland.
The above is subject to each contracting authority entering into and maintaining a relevant membership agreement or other access agreement with Scotland Excel.
Information about a framework agreement or a dynamic purchasing system: tenderers are advised that the envisaged maximum number of participants that might be appointed to the proposed framework agreement set out in Section IV.1.3) of this contract notice is purely indicative. Scotland Excel reserves the right to appoint more or less bidders than the envisaged maximum number to the proposed framework agreement.
Information about electronic workflows: tenderers are advised that whether electronic auction, electronic ordering, invoicing and payment will be used or accepted is at the discretion of each Scotland Excel Council, Associate Member or other Bodies Participating which will be settled by them during the procedure for the call-off of a contract under this proposed framework agreement.
Subcontractors on whose capacity the tenderer does not rely:
Scotland Excel will request the following information in the European Single Procurement Document (Scotland): whether the tenderer intends to subcontract any share of the contract to a third party; list of the proposed subcontracts as far as it is known at that stage; and what proportion/percentage of the contract does the tenderer intend to subcontract. Please note that these subcontractors on whose capacity the bidder does not rely will be subject to the rules regarding Exclusion as set at in II.2.14).
In line with clause 72 of the Public Contracts (Scotland) Regulations 2015, contract and framework agreements may be modified without a new procurement procedure in accordance with this Part in some cases. Further details of the cases this is permitted is in the ‘24-18 Regulation 72’ document in ’Information and Instructions’ folder.
Variant offers will be considered at Scotland Excel’s discretion where the offer complies with the conditions for participation referred to herein at III.1).
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 14952. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Community benefits will be assessed under the technical section. Full guidance on the scoring of community benefits is contained in the ‘1119 D+D Information and Instructions to Tenderers Including Evaluation Methodology’ document located within the ‘Buyer Attachments’ area of ITT_33056, SXL 1119 Demolition and Deconstruction.
(SC Ref:607872)
VI.4.1)Review body
Town: Not Applicable
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
Town: Not Applicable
Country: United Kingdom
VI.4.3)Review procedure
An economic operator that suffers, or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.
VI.4.4)Service from which information about the review procedure may be obtained
Postal address: Parliament Square
Town: Edinburgh
Postal code: EH1 1RQ
Country: United Kingdom
VI.5)Date of dispatch of this notice: