Section one: Contracting authority
one.1) Name and addresses
Staffordshire County Council
Staffordshire Place, Tipping Street
Stafford
ST16 2DH
Contact
laura Kendall
laura.kendall@staffordshire.gov.uk
Telephone
+44 1785854656
Country
United Kingdom
NUTS code
UKG24 - Staffordshire CC
Internet address(es)
Main address
Buyer's address
https://supplierlive.proactisp2p.com/Account/Login#
one.1) Name and addresses
Lichfield District Council
Lichfield
laura.kendall@staffordshire.gov.uk
Country
United Kingdom
NUTS code
UKG2 - Shropshire and Staffordshire
Internet address(es)
Main address
one.1) Name and addresses
Stafford Borough Council
Stafford
laura.kendall@staffordshire.gov.uk
Country
United Kingdom
NUTS code
UKG2 - Shropshire and Staffordshire
Internet address(es)
Main address
one.1) Name and addresses
Cannock Chase District Council
Cannock
laura.kendall@staffordshire.gov.uk
Country
United Kingdom
NUTS code
UKG2 - Shropshire and Staffordshire
Internet address(es)
Main address
one.1) Name and addresses
South Staffordshire Council
Codsall
laura.kendall@staffordshire.gov.uk
Country
United Kingdom
NUTS code
UKG39 - Wolverhampton
Internet address(es)
Main address
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
https://supplierlive.proactisp2p.com/Account/Login#
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplierlive.proactisp2p.com/Account/Login#
one.4) Type of the contracting authority
Regional or local Agency/Office
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
IA2425 Framework Agreement for Demolition and Associated Services
Reference number
DN1352
two.1.2) Main CPV code
- 45110000 - Building demolition and wrecking work and earthmoving work
two.1.3) Type of contract
Works
two.1.4) Short description
Framework Agreement for Demolition and Associated Services
two.1.5) Estimated total value
Value excluding VAT: £3,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90650000 - Asbestos removal services
- 45111000 - Demolition, site preparation and clearance work
- 45111100 - Demolition work
- 45262660 - Asbestos-removal work
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
Main site or place of performance
Staffordshire
two.2.4) Description of the procurement
Framework Agreement for Demolition and Associated Services
The below works associated with the Demolition of properties is not an exhaustive list of
requirements covered by the Framework.
• Allow for all necessary plans, surveys, risk assessments, method statements and
reports to support the safe and successful demolition of properties
• Obtaining relevant drawings and site plans, refurbishment / demolition survey from
the Contracting Authority.
• A full condition survey of the site is required covering the highways, hedges & trees,
and existing systems and structures.
• Preparation of Construction Phase Plan and Health and Safety files and Site Waste
Management Plan
• Erection of secure hoarding to an approved temporary works design, to be
maintained for the duration of contracts.
• Site compound and security set-up.
• Secure pedestrian access to be provided via biometric turnstile for staff, operatives
and visitors.
• Segregated safe access walkways to be provided from turnstile to offices & to site
working areas.
• re-routing of footpaths to avoid pedestrians crossing the site entrance (if required).
• Access to properties and walkways to be maintained throughout the works unless
otherwise agreed.
• Traffic management plan
• Provision of welfare facilities for operatives, including site office and WCs.
• Arrange for disconnection of existing services from the property, including
confirmation that all services are no longer live.
• Work with the Contracting Authority to obtain any necessary licenses including F10
notification to the HSE required to carry out the works, from the relevant authority.
• Containment and removal of all Asbestos Containing Materials, where requested to
arrange this in line with the Control of Asbestos Regulations 2012 and the
Refurbishment & Demolition Survey included within Contracting Authority tender
documentation.
• The Contractor is to specifically ensure that no contamination of the site as a whole is
allowed to occur. Certification demonstrating that the site is clean following the
demolition works is required.
• Provision of all other necessary health and safety measures, including Banks Men,
safety signs and lockable gates.
• Carry out Principal Contractor role in accordance with The Construction (Design and
Management) Regulations 2015 (CDM 2015). Ensuring the demolition and
dismantling of structures are planned and carried out in such a way as to prevent
danger or, where this is not practicable, to reduce danger to as low a level as
reasonably practicable.
• Leaving boundaries in place as indicated on the site layout plan provided with the
tender pack.
• Protection of all tree root protection zones as outlined on architectural drawings
• Comply and co-operate with ecologists and ecology surveys and plans
• Comply and co-operate with arboriculture assessments and tree protection plans
• Dust suppression using dust extraction machines and tools with e-vac attachments
where required.
• Noise monitoring using dB meters to ensure that safe sound levels are met to current
legislation.
• Close management of operatives using vibrating plant, ensuring they do not exceed
safe vibration levels.
• Fire escape routes will be clearly displayed on site, all escape routes will have
signage displaying routes, to be updated accordingly as site develops.
• Site preparation and clearance work to include soft strip out works to remove all non-structural elements inside and outside of a building to facilitate demolition works.
• Demolish building(s) described down to ground level. Structures must be demolished
in accordance with BS 6187.
• Grubbing up and carting away of all existing footings and foundations to a depth of
1200mm (or greater if specifically requested) and/or
• Sorting and salvage of demolished materials once property has been demolished
unless otherwise agreed with the Contracting Authority.
• Removal and disposal of all demolition material off site.
• All waste products to be stored, transported, and disposed of in accordance with
relevant legislation and regulations and site waste management plan ensuring
licensed waste carrier and disposal station
In addition to the above listed works associated with the demolition of properties the
Framework also includes and is not limited to:
• Dismantling and deconstruction including a range of deconstruction and dismantling
techniques and building structures.
• Carry out principal contractor role in accordance with The Construction (Design and
Management) Regulations 2015 (CDM 2015). Ensuring the deconstruction and
dismantling of structures are planned and carried out in such a way as to prevent
danger or, where this is not practicable, to reduce danger to as low a level as
reasonably practicable
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2022
End date
31 July 2026
This contract is subject to renewal
Yes
Description of renewals
It is envisaged that contract advert notices for the next Framework Agreement may be placed within the next 3 or 4 years. This cannot be guaranteed.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
To demonstrate your competence and compliance it is expected as a minimum the
Contractor will hold the qualification detailed below and also be compliant with the
regulations and standards stated below however, other suitable certified qualifications might
exist, and Contracting Authorities may choose to specify additional or alternative
qualifications, regulations and standards within their mini competition tender.
Contactors and sub-Contractor’s employees carrying out works under this Framework
Agreement must be able to demonstrate competency and have sufficient knowledge,
experience and training to carry out the works.
Accreditations and Qualifications and Training
NFDC – Membership
All staff working on demolition sites must hold a CCDO card relevant to their role. For
each level of card defined below the demolition staff member must have completed an
NVQ relevant to the CCDO card, Health, Safety & Environment (HS&E) Test and valid
Asbestos Awareness Certificate to gain the full CCDO card.
• Labour Operative
• Demolition Operative
• Demolition and Refurbishment Operative
• Demolition Topman
• Trained Operative Demolition Topman
• Demolition Operatives Chargehand
• Demolition Supervisor Role
• Demolition Manager
CPCS cards - Demolition machine operators must hold a CPCS card to operate, fleet,
excavators and high reach applications
Health and Safety Certification Accredited by UKAS Accredited Certification Body.
Examples:
CHAS
Exor
SafeContractor
Acclaim
Constuctionline Silver (as a minimum) must be held during the term of the Framework Agreement
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: 3
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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.2.2) Time limit for receipt of tenders or requests to participate
Date
26 May 2022
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
26 May 2022
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: It is envisaged that contract advert notices for the next Framework Agreement may be placed within the next 3 or 4 years. This cannot be guaranteed.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
This is an electronic tender. All submissions must be made via the formal Contracting
Authority electronic tendering platform.
All requests for information to be sent through the electronic tendering portal and message facility on the Proactis electronic tendering system.
How to register - follow the link to Proactis electronic tendering:
— https://supplierlive.proactisp2p.com/Account/Login
If you require urgent assistance regarding the initial usage of the e-Tendering package please
contact the Contracting Authority point-of-contact in Section I.1 of this notice. On failure to
reach this contact, please immediately email the nature of the difficulty to commercial.team@staffordshire.gov.uk
This procurement is for a Framework Agreement between the appointed providers(s) and
the Contracting Authority, to supply predominately services on an ad-hoc call-off basis, as and when required.
The Contracting Authority or its public sector partners/Customers makes no guarantee as to
the volume of business on offer or to be awarded, and any volumes given are indicative only
and intended as a general guide. There is no commitment at the time of tendering from any
parties outside of the Contracting Authority and this should be taken into consideration
when bidding.
All framework management, post-tender, will be in accordance with the Public Contracts
Regulations 2015. The call-off orders will be allocated by terms laid down in the framework.
Please see the tender documentation for further details.
The Contracting Authority also reserves the right to operate a public tender or quotations
outside of the framework where so required.
As part of the Governments National Procurement Strategy, collaborative working and
supporting other Authorities now forms part of the Contracting Authority's procurement
remit. This agreement may be made available to other Contracting Authorities including
without limitation Councils and Public Bodies within Staffordshire and neighboring
geographical areas as prescribed by the NUTS codes in this notice. These will include Health
and NHS Bodies, Local Authorities, Contracting Authorities, any other Government
Department, Defence, Police and Emergency Services, Metropolitan / District Councils,
Utilities, Educational Establishments, and Utilities, including the Contracting Authorities
named in this notice. These organisations will be afforded third party rights or be named as
beneficiaries under the contract or contracts where appropriate.
Financing / Payment:
— payments may be made following acceptance by the banking agents of Staffordshire
County Council.
Legal form of groups of providers:
— no special legal form is required by the grouping of providers but each provider will be
required to be come jointly or severally responsible for the contract before acceptance.
For reference the following website outlines the Contracting Authority's policy on the
Community Right to Challenge:
six.4) Procedures for review
six.4.1) Review body
Staffordshire County Council
Stafford
Country
United Kingdom