Tender

IA2425 Framework Agreement for Demolition and Associated Services

  • Staffordshire County Council
  • Lichfield District Council
  • Stafford Borough Council
  • Cannock Chase District Council
  • South Staffordshire Council

F02: Contract notice

Notice identifier: 2022/S 000-010550

Procurement identifier (OCID): ocds-h6vhtk-032fd4

Published 25 April 2022, 9:34am



Section one: Contracting authority

one.1) Name and addresses

Staffordshire County Council

Staffordshire Place, Tipping Street

Stafford

ST16 2DH

Contact

laura Kendall

Email

laura.kendall@staffordshire.gov.uk

Telephone

+44 1785854656

Country

United Kingdom

NUTS code

UKG24 - Staffordshire CC

Internet address(es)

Main address

www.staffordshire.gov.uk

Buyer's address

https://supplierlive.proactisp2p.com/Account/Login#

one.1) Name and addresses

Lichfield District Council

Lichfield

Email

laura.kendall@staffordshire.gov.uk

Country

United Kingdom

NUTS code

UKG2 - Shropshire and Staffordshire

Internet address(es)

Main address

www.lichfielddc.gov.uk

one.1) Name and addresses

Stafford Borough Council

Stafford

Email

laura.kendall@staffordshire.gov.uk

Country

United Kingdom

NUTS code

UKG2 - Shropshire and Staffordshire

Internet address(es)

Main address

www.staffordbc.gov.uk

one.1) Name and addresses

Cannock Chase District Council

Cannock

Email

laura.kendall@staffordshire.gov.uk

Country

United Kingdom

NUTS code

UKG2 - Shropshire and Staffordshire

Internet address(es)

Main address

www.cannockchasedc.gov.uk

one.1) Name and addresses

South Staffordshire Council

Codsall

Email

laura.kendall@staffordshire.gov.uk

Country

United Kingdom

NUTS code

UKG39 - Wolverhampton

Internet address(es)

Main address

www.sstaffs.gov.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

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:

http://www.staffordshire.gov.uk/business/procurement/Community-Right-to-Challenge/Community-Right-to-Challenge.aspx

six.4) Procedures for review

six.4.1) Review body

Staffordshire County Council

Stafford

Country

United Kingdom