Demolition Works and Asbestos Management Framework North East
10 Lots. Lot 1 Standard Demolition – Tyne and Wear, Durham and Tees Valley. Lot 2 Specialist Demolition — Tyne and Wear, Durham and Tees Valley.
United Kingdom-Gateshead: Demolition work
2016/S 229-416965
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Legal and Corporate Services Corporate Procurement 1st Floor Civic Centre Regent Street
Gateshead
NE8 1HH
United Kingdom
Telephone: +44 01914335987
E-mail: suelongstaff@gateshead.gov.uk
Fax: +44 01914333256
NUTS code: UKC
I.1)Name and addresses
Town Hall, Westoe Road
South Shields
NE33 2RL
United Kingdom
E-mail: customerhelp@southtyneside.gov.uk
NUTS code: UKC2
I.1)Name and addresses
Civic Centre, Barras Bridge
Newcastle
NE1 7RS
United Kingdom
E-mail: csc@newcastle.gov.uk
NUTS code: UKC2
I.1)Name and addresses
Kirkleatham Street
Redcar
TS10 1RT
United Kingdom
E-mail: contactus@redcar-cleveland.gov.uk
NUTS code: UKC1
I.1)Name and addresses
Municipal Buildings, Church Road
Stockton
TS18 1LD
United Kingdom
E-mail: customer.comments@stockton.gov.uk
NUTS code: UKC1
I.1)Name and addresses
Civic Centre, Burdon Road
Sunderland
SR2 7DN
United Kingdom
E-mail: enquiries@sunderland.gov.uk
NUTS code: UKC2
I.1)Name and addresses
Town Hall
Darlington
DL1 5QT
United Kingdom
E-mail: customerservices@darlington.gov.uk
NUTS code: UKC1
I.1)Name and addresses
Civic Centre, Victoria Road
Hartlepool
TS24 8AY
United Kingdom
E-mail: customer.service@hartlepool.gov.uk
NUTS code: UKC1
I.1)Name and addresses
County Hall
Durham
DH1 5UL
United Kingdom
E-mail: help@durham.gov.uk
NUTS code: UKC1
I.1)Name and addresses
Civic Centre, Regent Street
Gateshead
NE8 1HH
United Kingdom
E-mail: enquiries@gatesheadhousing.co.uk
NUTS code: UKC2
I.1)Name and addresses
YHN House, Benton Park Road
Newcastle
United Kingdom
E-mail: yhn@yhn.co.uk
NUTS code: UKC2
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Framework for Demolition Works and Associate Services and Asbestos Management.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The framework requirements have been split into 10 lots and it is the Council’s intention to award each Lot separately. Organisations are able to tender for one or more Lot(s).
Lot 1 Standard Demolition — Tyne and Wear, Durham and Tees Valley.
Lot 2 Specialist Demolition — Tyne and Wear, Durham and Tees Valley.
Lot 3 Asbestos Surveying and Analytical Services within Public Buildings — Tyne and Wear.
Lot 4 Asbestos Surveying and Analytical Services within Private Dwellings — Tyne and Wear.
Lot 5 Asbestos Removal Works within Public Buildings — Tyne and Wear.
Lot 6 Asbestos Removal Works within Private Dwellings — Tyne and Wear.
Lot 7 Asbestos Surveying and Analytical Services within Public Buildings — Durham and Tees Valley.
Lot 8 Asbestos Surveying and Analytical Services within Private.
Lot 9 Asbestos Removal Works within Public Buildings — Durham and Tees Valley.
Lot 10 Asbestos Removal Works within Private Dwellings — Durham and Tees Valley.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Standard Demolition — Tyne and Wear, Durham and Tees Valley
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Tyne and Wear, Durham and Tees Valley.
II.2.4)Description of the procurement:
The Council is seeking to procure a comprehensive delivery mechanism for standard demolition works across the Tyne and Wear, Durham and Tees Valley regions.
Standard demolition includes use of conventional manual and mechanical demolition of low and midrise structures (6 storeys and below). It generally applies to buildings of traditional construction in non-critical locations.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The initial term of the contract is 24 months with the option to extend for a further 2 x 12 month periods.
II.2.13)Information about European Union funds
II.2.1)Title:
Specialist Demolition — Tyne and Wear, Durham and Tees Valley
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Tyne and Wear, Durham and Tees Valley.
II.2.4)Description of the procurement:
The Council is seeking to procure a comprehensive delivery mechanism for specialist demolition works across the Tyne and Wear, Durham and Tees Valley regions.
Specialist demolitions are categorised for the purpose of this framework as; multi-storey structures (7 storeys and above), bridges, towers (including lattice towers or pylons), guyed structures, vessel structures, spires, tunnels and other complex constructions including pre-stressed elements and other non-traditional construction elements and where work involves the use of explosives, deliberate collapse (including preweakening), undermining or other less conventional methods are required or when working on or near railways or waterways. Please note this list is not exhaustive.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The initial term of the framework is 24 months with the option to extend for a further 2 x 12 month periods.
II.2.13)Information about European Union funds
II.2.1)Title:
Asbestos Surveying and Analytical Services within Public Buildings — Tyne and Wear
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Tyne and Wear.
II.2.4)Description of the procurement:
The Council requires a comprehensive system to monitor and manage asbestos containing materials within their portfolio of buildings across the Tyne and Wear region including but not limited to; schools, offices, community centres, nurseries, children’s centres, car parks, cemeteries, shop units, museums, theatres, libraries, markets, garages and historic buildings.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
Initial term of the framework is 24 months with the option to extend for a further 2 x 12 month periods.
II.2.13)Information about European Union funds
II.2.1)Title:
Asbestos Surveying and Analytical Services within Private Dwellings — Tyne and Wear
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Tyne and Wear.
II.2.4)Description of the procurement:
The Council requires a comprehensive system to monitor and manage asbestos containing materials within their portfolio of private dwellings across the Tyne and Wear region.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
Initial term of Framework is 24 months with the option to extend for a further 2 x 12 month periods.
II.2.13)Information about European Union funds
II.2.1)Title:
Asbestos Removal Works within Public Buildings — Tyne and Wear
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Tyne and Wear.
II.2.4)Description of the procurement:
The Council requires a safe system of work for the removal of licensed and non-licensed ACM’s within its portfolio of buildings and land across the Tyne and Wear region including but not limited to; schools, offices, community centres, nurseries, children’s centres, car parks, cemeteries, shop units, museums, theatres, libraries, markets, garages and historic buildings.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
Initial term of Framework is 24 months with the option to extend for a further 2 x 12 month periods.
II.2.13)Information about European Union funds
II.2.1)Title:
Asbestos Removal Works within Private Dwellings — Tyne and Wear
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Tyne and Wear.
II.2.4)Description of the procurement:
The Council requires a safe system of work for the removal of licensed and non-licensed ACM’s within its portfolio of private dwellings across the Tyne and Wear region.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
Initial term of Framework is 24 months with the option to extend for a further 2 x 12 month periods.
II.2.13)Information about European Union funds
II.2.1)Title:
Asbestos Surveying and Analytical Services within Public Buildings — Durham and Tees Valley
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Durham and Tees Valley.
II.2.4)Description of the procurement:
The Council requires a comprehensive system to monitor and manage asbestos containing materials within their portfolio of buildings across Durham and Tees Valley regions including but not limited to; schools, offices, community centres, nurseries, children’s centres, car parks, cemeteries, shop units, museums, theatres, libraries, markets, garages and historic buildings.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
Initial term of Framework is 24 months with the option to extend for a further 2 x 12 month periods.
II.2.13)Information about European Union funds
II.2.1)Title:
Asbestos Surveying and Analytical Services within Private Dwellings — Durham and Tees Valley
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Durham and Tees Valley.
II.2.4)Description of the procurement:
The Council requires a comprehensive system to monitor and manage asbestos containing materials within their portfolio of private dwellings across the Durham and Tees Valley regions.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
Initial term of Framework is 24 months with the option to extend for a further 2 x 12 month periods.
II.2.13)Information about European Union funds
II.2.1)Title:
Asbestos Removal Works within Public Buildings — Durham and Tees Valley
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Durham and Tees Valley.
II.2.4)Description of the procurement:
The Council requires a safe system of work for the removal of licensed and non-licensed ACM’s within its portfolio of buildings and land across Durham and Tees Valley regions including but not limited to; schools, offices, community centres, nurseries, children’s centres, car parks, cemeteries, shop units, museums, theatres, libraries, markets, garages and historic buildings.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
Initial term of Framework is 24 months with the option to extend for a further 2 x 12 month periods.
II.2.13)Information about European Union funds
II.2.1)Title:
Asbestos Removal Works within Private Dwellings — Durham and Tees Valley
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Durham and Tees Valley.
II.2.4)Description of the procurement:
The Council requires a safe system of work for the removal of licensed and non-licensed ACM’s within its portfolio of private dwellings across Durham and Tees Valley regions.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
Initial term of Framework is 24 months with the option to extend for a further 2 x 12 month periods.
II.2.13)Information about European Union funds
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
As detailed within selection questionnaire.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
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.1.8)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
November 2020.
VI.3)Additional information:
It is the Council’s intention to appoint 6 Suppliers to each Lot at tender stage assuming there are 6 suitably
qualified suppliers to be appointed to each Lot on the framework.
The Contracting Authorities participating in this tender are:
— Gateshead Council including The Gateshead Housing Company,
— South Tyneside Council,
— Newcastle City Council including Your Homes Newcastle,
— Redcar and Cleveland Borough Council,
— Stockton Borough Council,
— Sunderland City Council,
— Darlington Council,
— Hartlepool Borough,
— Durham County Council.
The agreement will be available for use by all NEPO Members within the North East region. A list of member organisations is available in the About section of the NEPO website at: www.nepo.org
This agreement will also be made available to all current and future NEPO Associate Members throughout the North East region. Current Associate Members are listed in the Associate Member section of the NEPO website at: www.nepo.org/associate-membership/list
NEPO intends to make the resulting agreement available for use by all Contracting Authorities throughout the North East region (as defined by the Public Contracts Regulations 2015) including but not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Coastguard Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities who have a need to purchase the above services.
Please see the following websites for further details:
http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm
http://www.education.gov.uk/edubase/home.xhtml
http://www.schoolswebdirectory.co.uk/localauthorities.php
http://www.ukschoolsdirectory.net
https://www.gov.uk/find-school-in-england
apps.deni.gov.uk/appinstitutes/instmain.aspx
https://www.gov.uk/government/publications/open-academies-and-academy-projects-in-development
http://unistats.direct.gov.uk/institutions/
http://www.hefce.ac.uk/workprovide/unicoll/heis/
http://www.hefce.ac.uk/workprovide/unicoll/fecs/
http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx
http://www.direct.gov.uk/en/Dl1/Directories/A-ZOfCentralGovernment/index.htm
https://www.gov.uk/government/organisations
http://www.dsdni.gov.uk/index/dsd_contact_us/dsd_our_offices.htm
http://www.ons.gov.uk/ons/publications/re-reference-tables.html?edition=tcm%3A77-336664
http://www.police.uk/forces.htm
http://www.police-information.co.uk/index.html
http://www.mcga.gov.uk/c4mca/mcga07-home.htm
http://www.fireservice.co.uk/information/ukfrs
http://www.fire.org.uk/fire-brigades.html
http://www.charity-commission.gov.uk/About_us/Regulation/Registering_charities_index.aspx
http://www.idea.gov.uk/idk/core/page.do?pageId=7175736
http://apps.charitycommission.gov.uk/Showcharity/RegisterOfCharities/registerhomepage.aspx
A complete list of permissible users is shown on the NEPO website below: http://www.nepo.org/associate-membership/permissable-users
Organisations wishing to access the NEPO agreement will be required to register as a NEPO Associate Member in the first instance.
Further information can be found at: www.nepo.org
The contracting authority does not bind itself to accept any tender and is not liable for any costs incurred by those expressing an interest or tendering for this opportunity.
It is anticipated that this framework will be utilised for funded projects including but not limited to European Regional Development Fund (ERDF), European Structural and Investment Funds (ESIF), Heritage Lottery Funding (HLF) etc. although the detail of this is currently unknown. Contracting Authorities are wholly responsible for the Call Off meeting the requirements of the applicable funding body.
VI.4.1)Review body
Civic Centre Regent Street
Gateshead
NE8 1HH
United Kingdom
Telephone: +44 1914333000
VI.5)Date of dispatch of this notice:
Related Posts
Demolition Contract Runcorn – Request for Quotation
Asbestos Survey and Monitoring Northern Ireland
Asbestos Analyst Contract Dudley