Section one: Contracting authority
one.1) Name and addresses
ProcurePublic Limited
International House, 36-38 Cornhill
London
EC3V 3NG
Telephone
+44 3330503192
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
http://www.procurepublic.co.uk
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42912
one.1) Name and addresses
Central and Cecil Housing Trust
266 Waterloo Road
London
SE1 8RQ
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
http://www.procurepublic.co.uk
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Demolition Services & Site Enabling Works Framework
two.1.2) Main CPV code
- 45111000 - Demolition, site preparation and clearance work
two.1.3) Type of contract
Works
two.1.4) Short description
ProcurePublic Limited, acting as the framework provider on behalf of Central & Cecil Housing Trust, welcomes bids for Demolition, Site Enabling & Associated Services. This framework is designed for access by all current and future contracting authorities, as listed in the ONS Classification Guide and available on procurepublic.co.uk. It encompasses a wide range of services, including but not limited to, building demolition, soft strip, asbestos removal, hazardous waste removal, site clearance, excavation, ground stabilisation, and the preparation of land for development. The estimated value of the framework is 1 GBP, with a total capacity of 90 million GBP.
To participate in this procurement, please register your interest on mytenders.co.uk. Full details and tender documentation will be made available through the portal. This framework provides an opportunity for suppliers to deliver demolition and site enabling services to a wide variety of public sector projects, facilitating streamlined procurement for eligible authorities across the UK.
two.1.5) Estimated total value
Value excluding VAT: £90,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45111100 - Demolition work
- 45110000 - Building demolition and wrecking work and earthmoving work
- 45111000 - Demolition, site preparation and clearance work
- 71355000 - Surveying services
- 45113000 - Siteworks
- 45100000 - Site preparation work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This framework covers a wide range of services associated with Demolition and Site Enabling Works, including but not limited to:
Demolition: The dismantling, destruction, or removal of structures, buildings, or infrastructure, in compliance with the Health and Safety at Work Act 1974, the Construction (Design and Management) Regulations 2015, and other relevant UK statutory laws.
Wrecking Work: Activities involving the breakdown or dismantling of existing structures, including controlled explosions when necessary, carried out in accordance with the Explosives Regulations 2014 and the Control of Major Accident Hazards (COMAH) Regulations 2015.
Earthmoving/Groundworks: Excavation, grading, and movement of soil, rock, or other materials to prepare sites for construction or redevelopment, complying with the Control of Substances Hazardous to Health (COSHH) Regulations and other associated UK safety legislation.
Site Preparation: Clearing, levelling, and preparing land for construction or development activities, ensuring compliance with the Environmental Protection Act 1990 and the Landfill (England and Wales) Regulations 2002.
Clearance Work: The removal of debris, hazardous materials, and unwanted structures from sites, ensuring safety and compliance with regulations such as the Hazardous Waste Regulations 2005 and the Health and Safety (Construction) Regulations 2007.
ProcurePublic will assess tenderers based on their compliance with relevant UK statutory laws, safety regulations, and industry best practices. All suppliers will be required to demonstrate their qualifications and adherence to relevant trade associations, including the likes of National Federation of Demolition Contractors (NFDC), the British Safety Council (BSC), and the Construction Industry Training Board (CITB). Suppliers must also hold the appropriate qualifications, such as Construction Skills Certification Scheme (CSCS) cards, and provide evidence of relevant experience in carrying out works of a similar scale and complexity.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 20
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-015066
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 March 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
5 March 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=232230.
(MT Ref:232230)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit