Section one: Contracting authority
one.1) Name and addresses
Homes England (the name adopted by the Homes and Communities Agency)
Rivergate, Temple Quay
Bristol
BS1 6EH
Telephone
+44 03001234500
Country
United Kingdom
NUTS code
UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
Internet address(es)
Main address
https://www.gov.uk/government/organisations/homes-england
Buyer's address
https://www.gov.uk/government/organisations/homes-england
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
National or federal Agency/Office
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Homes England - Compton Site Enabling Demolition & Remediation Works
Reference number
DN547789
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The scope of Works for the Compton Site comprises the demolition of existing structures and remediation of soil and/or groundwater beneath the Site, to render the Site suitable for use for the proposed residential redevelopment. In addition, the scope comprises associated upfront enabling activities, final earthworks and handover arrangements upon completion.
Full suite of documents can be found on ProContract. Please register at https://procontract.due-north.com/Advert?advertId=d2d959df-010f-ec11-810e-005056b64545&fromRfxSummary=True&rfxId=a83d2b3f-020f-ec11-810e-005056b64545
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
two.2.3) Place of performance
NUTS codes
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
two.2.4) Description of the procurement
The scope of Works for the Compton Site comprises the demolition of existing structures and remediation of soil and/or groundwater beneath the Site, to render the Site suitable for use for the proposed residential redevelopment. In addition, the scope comprises associated upfront enabling activities, final earthworks and handover arrangements upon completion.
In summary the scope is anticipated to incorporate the following key elements:
Enabling Works – Isolation and/or disconnection of remaining Site services to buildings (whilst maintaining the third party HV mains electrical supply infrastructure), installation of temporary supplies (if required), and protection and maintenance of services to the Tenant. Site establishment including installation of Contractor welfare and Site security for the Works; baseline monitoring requirements; installation of new / alternative Site access/egress arrangements for haul routes, again taking into account the requirements of the Tenant; Site fencing and hoarding; and, initial ecological mitigation activities.
Demolition Works – Additional building survey and characterisation activities; removal of residual hazardous materials/wastes, including asbestos containing materials; dismantling and demolition of all existing structures, fixtures and fittings (with the exception of the security building, main Site gates to the High Street, gatepiers and flanking walls, and Tenant buildings) to slab levels; and, waste processing, segregation and management, with an aspiration to minimise waste movements off-Site.
Remediation Works – Uplift and removal of existing slabs and hardstanding, building foundations and below ground services infrastructure including screening and segregation of materials; additional Site investigation/characterisation activities; excavation of known areas of soil contamination and/or buried waste materials (biological, radionuclides, asbestos other forms) and necessary screening, characterisation and segregation of excavated materials; packaging, transport and disposal of waste materials generated; survey and backfill of excavations; additional investigation activities and testing (inspection and discovery phase); and, validation and verification activities.
Full suite of documents can be found on ProContract. Please register at https://procontract.due-north.com/Advert?advertId=d2d959df-010f-ec11-810e-005056b64545&fromRfxSummary=True&rfxId=a83d2b3f-020f-ec11-810e-005056b64545
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
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 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
Refer to procurement documents
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.2.2) Contract performance conditions
Refer to procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
18 October 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
18 October 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
The opportunity can be accessed via the Homes England eTendering system. Tenderers wishing to be considered for this contract must register their expression of interest and submit a tender through Homes Englands eTendering system. If not already registered, candidates must register at https://procontract.due-north.com/Advert?advertId=d2d959df-010f-ec11-810e-005056b64545&fromRfxSummary=True&rfxId=a83d2b3f-020f-ec11-810e-005056b64545
Homes England is committed to protecting the privacy and security of your personal data.
The privacy notice aims to give you information on how Homes England collects and processes personal data provided to us, including information that you provide directly, and tell you about your rights and how the law protects you. Please refer to our Privacy Notice at https://www.gov.uk/government/organisations/homes-england/about/personal-information-charter for further information.
If the Contract relates to asbestos removal Contractors must be licensed by the HSE and also be members of the Asbestos Removal Contractors Association (ARCA). In addition to ARCA we also recognise ACAD (Asbestos Control & Abatement Division).
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom