Framework for Demolition Services Scotland
Demoltion services required for public bodies across Scotland.
United Kingdom-Paisley: Demolition work
2015/S 114-205976
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Scotland Excel
Renfrewshire House, Cotton Street
Contact point(s): Construction Team
PA1 1AR Paisley
UNITED KINGDOM
Telephone: +44 3003001200
E-mail: construction@scotland-excel.org.uk
Fax: +44 1416187423
Internet address(es):
General address of the contracting authority: http://www.scotland-excel.org.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383
Electronic access to information: www.publictendersscotland.publiccontractsscotland.gov.uk
Electronic submission of tenders and requests to participate: www.publictendersscotland.publiccontractsscotland.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Aberdeen City Council
Aberdeenshire Council
Angus Council
Argyll and Bute Council
City of Edinburgh Council
Clackmannanshire Council
Comhairle nan Eilean Siar
Dumfries and Galloway Council
Dundee City Council
East Ayrshire Council
East Dunbartonshire Council
East Lothian Council
East Renfrewshire Council
Falkirk Council
Fife Council
Glasgow City Council
Highland Council
Inverclyde Council
Midlothian Council
Moray Council, The
North Ayrshire Council
North Lanarkshire Council
Orkney Islands Council
Perth and Kinross Council
Renfrewshire Council
Scottish Borders Council
Shetland Islands Council
South Ayrshire Council
South Lanarkshire Council
Stirling Council
West Dunbartonshire Council
West Lothian Council
The Scottish Government
Scotland Excel associate members listed in the attached link as at the date of this advert may also access this framework: http://www.scotland-excel.org.uk/home/AboutUs/OurMembers/AssociateMembers.aspx
APUC Ltd, its members and associate members and affiliated bodies within and related to the university and college sectors listed in the attached link as at the date of this advert may also access this framework: http://www.scotland-excel.org.uk/home/AboutUs/OurMembers/APUC.aspx
Scottish National Health Service Authorities and Trusts — details of the Authorities and Trusts are contained within the ‘Buyer Attachments’ area of the ITT
City Property (Glasgow) LLP
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
Main site or location of works, place of delivery or of performance: Various locations within the boundaries of all Scottish Local Authorities.
NUTS code UKM
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 30
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 64 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
It is anticipated that a wide range of Demolition Services will be required.
Note: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
To access PCS-Tender and access the tender documentation please visit https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 3389 under ITTs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the dropdown. Please note that once you have expressed interest in the ITT it will move to your My ITTs area.
For further information on using PCS-Tender, please read the Supplier Response Guide:https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf
If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel.
Note: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
To access PCS-Tender, record your interest in this notice and access the tender documentation please visithttps://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 3389 under ITTs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the drop-down. Please note that once you have expressed interest in the ITT it will move to your My ITTs area.
For further information on using PCS-Tender, please read the Supplier Response Guide:https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf
If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel.
II.1.6)Common procurement vocabulary (CPV)
45111100, 45111300, 79311000, 45111000, 45110000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 64 000 000 GBP
II.2.2)Information about options
Description of these options: The framework will be for an initial period of 2 years. Scotland Excel reserves the right to extend the framework for up to 24 months subject to satisfactory performance and customer satisfaction.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 3Lot title: Emergency Demolition
1)Short description
2)Common procurement vocabulary (CPV)
45111100, 45111300, 79311000, 45111000, 45110000
3)Quantity or scope
Lot No: 1Lot title: Demolition Works up to 50 000 GBP
1)Short description
2)Common procurement vocabulary (CPV)
45111100, 45111300, 79311000, 45111000, 45110000
3)Quantity or scope
Lot No: 2Lot title: Demolition Works 50 000 GBP and over
1)Short description
2)Common procurement vocabulary (CPV)
45111100, 45111300, 79311000, 45111000, 45110000
3)Quantity or scope
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: Contract Conditions are contained within the Tender Documents.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(4) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(5) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(6) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(7) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
Please refer to the tender documentation for further details on these requirements.
III.2.2)Economic and financial ability
(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
Please refer to the tender documentation for further details on these requirements.
Minimum level(s) of standards possibly required: The minimum amounts of insurance that will be required to be provided to participate in the framework are:
— Employers Liability — in accord with Regulation 5 of the Employers’ Liability (Compulsory Insurance) Regulations 1998 (as amended) to a minimum indemnity limit of 5 000 000 GBP for each and every claim;
— Statutory Third Party Liability — to a minimum indemnity limit of 5 000 000 GBP for each and every claim;
— Professional Indemnity Insurance — to a minimum indemnity of 2 000 000 GBP for each and every claim;
— Motor Vehicle Insurance — 5 000 000 GBP for each and every claim.
Tenderers must ensure that all sub contractors comply with these requirements.
Tenderers are required to confirm that these levels are currently held and submit evidence of insurance cover held or if the type or level of cover required is not currently, Tenderers should confirm in their tender response that if successful, insurance obligations under the conditions of the contract will be met prior to contract award. Please note, Scotland Excel are unable to confirm an award of contract until the insurance obligations have been met.
III.2.3)Technical capacity
(1) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001;
(2) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards;
(3) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(4) A statement of the candidate’s technical facilities; measures for ensuring quality; and their study and research facilities;
(5) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate;
(6) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
Please refer to the tender documentation for further details on these requirements.
Minimum level(s) of standards possibly required:
Tendering tendering for Lot 3 — Emergency Demolition must hold a current Health and Safety Executive (HSE) licence in accordance with Regulation 8 of the Control of Asbestos Regulations 2012. The response time for call-outs for lot 3 will be a significant factor in evaluating offers. Further details are in the tender documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Technical. Weighting 30
2. Commercial. Weighting 70
IV.2.2)Information about electronic auction
Additional information about electronic auction: Although an electronic auction will not form part of the evaluation process to establish the framework, electronic auctions may be used where competition is re-opened for the purpose of awarding a specific contract.
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2014/S 134-240763 of 16.7.2014
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 8.7.2015 – 12:00
Place:
Scotland Excel, Renfrewshire House, Cotton Street, Paisley, PA1 1AR.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Scotland Excel Officers and Members.
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: Yes, approximately nine month before expiry of the existing framework.
VI.3)Additional information
— New Job;
— Training;
— Apprenticeship;
— Work Placement;
— Work Experience;
— Volunteering/Mentoring;
— Sponsorship;
— Event Organisation;
— Communal Area Refurbishment;
— Equipment/Product Donations;
— Supplier Collaborations;
— Innovative Approach.
The terms of the Framework Agreement gives Councils the flexibility to set weightings appropriate and relevant to individual call-off contracts. For further information Tenderers are requested to refer to the Tender Documents.
(SC Ref: 398771).
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
to be determined by Councils for individual Work Packages issued under this Framework Agreement. Examples of the Community Benefits they may require are:
— New Job;
— Training;
— Apprenticeship;
— Work Placement;
— Work Experience;
— Volunteering/Mentoring;
— Sponsorship;
— Event Organisation;
— Communal Area Refurbishment;
— Equipment/Product Donations;
— Supplier Collaborations;
— Innovative Approach.
The terms of the Framework Agreement gives Councils the flexibility to set weightings appropriate and relevant to individual call-off contracts. For further information Tenderers are requested to refer to the Tender Documents.
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: