Section one: Contracting authority
one.1) Name and addresses
Rugby Borough Council
Town Hall, Evreux Way
Rugby
CV21 2RR
Country
United Kingdom
NUTS code
UKG13 - Warwickshire
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/pagabo/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/pagabo/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://in-tendhost.co.uk/pagabo/aspx/Home
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
National Framework for Demolition and Land Preparation
Reference number
AVP-RBC-1001
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
Added Value Portal t/a Pagabo, acting on behalf of Rugby Borough Council, wish to appoint a range of Contractors specialising in various aspects of demolition and land preparation works to a national framework solution, available to all public sector bodies, including charities, within the UK (the full list is available in the Tender synopsis on the In-Tend portal – https://in-tendhost.co.uk/pagabo). The Contractors will provide a full range of services across a range of geographic regions, project types and value bands. The framework is divided into 5 Lots, up to 15 regions and 9 project types, which will operate with a maximum of 9 Contractors per project type per region per lot. The framework will cover, all types of demolition and land preparation schemes. It is proposed that the term of this framework agreement will be for a period of 4 years from February 2022. The procurement will involve a single stage process following a Public Contract Regulations 2015 Open Procedure.
two.1.5) Estimated total value
Value excluding VAT: £1,100,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - Works up to £250,000
Lot No
1
two.2.2) Additional CPV code(s)
- 45110000 - Building demolition and wrecking work and earthmoving work
- 45112000 - Excavating and earthmoving work
- 45262660 - Asbestos-removal work
- 45112700 - Landscaping work
- 90722200 - Environmental decontamination services
- 45113000 - Siteworks
- 45112100 - Trench-digging work
- 45111300 - Dismantling works
- 45112600 - Cut and fill
- 45112200 - Soil-stripping work
- 45111200 - Site preparation and clearance work
- 45111000 - Demolition, site preparation and clearance work
- 45111100 - Demolition work
- 45112500 - Earthmoving work
- 45112300 - Infill and land-reclamation work
- 45112400 - Excavating work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
For the appointment of contractors to provide demolition and land preparation works for projects up to £250,000
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £50,000,000
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
two.2) Description
two.2.1) Title
Lot 2 - Works between £250,000 and £500,000
Lot No
2
two.2.2) Additional CPV code(s)
- 45110000 - Building demolition and wrecking work and earthmoving work
- 45112000 - Excavating and earthmoving work
- 45262660 - Asbestos-removal work
- 45112700 - Landscaping work
- 45112400 - Excavating work
- 90722200 - Environmental decontamination services
- 45113000 - Siteworks
- 45112100 - Trench-digging work
- 45111300 - Dismantling works
- 45112200 - Soil-stripping work
- 45111200 - Site preparation and clearance work
- 45111000 - Demolition, site preparation and clearance work
- 45111100 - Demolition work
- 45112500 - Earthmoving work
- 45112300 - Infill and land-reclamation work
- 45112600 - Cut and fill
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
For the appointment of contractors to provide demolition and land preparation works for projects between £250,000 and £500,000
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £132,000,000
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
two.2) Description
two.2.1) Title
Lot 3 – Works between £500,000 and £1,000,000
Lot No
3
two.2.2) Additional CPV code(s)
- 45110000 - Building demolition and wrecking work and earthmoving work
- 45112000 - Excavating and earthmoving work
- 45262660 - Asbestos-removal work
- 45112700 - Landscaping work
- 45112400 - Excavating work
- 90722200 - Environmental decontamination services
- 45113000 - Siteworks
- 45112100 - Trench-digging work
- 45111300 - Dismantling works
- 45112200 - Soil-stripping work
- 45111200 - Site preparation and clearance work
- 45111000 - Demolition, site preparation and clearance work
- 45111100 - Demolition work
- 45112500 - Earthmoving work
- 45112300 - Infill and land-reclamation work
- 45112600 - Cut and fill
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
For the appointment of contractors to provide demolition and land preparation works for projects between £500,0000 and £1,000,000
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £330,000,000
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
two.2) Description
two.2.1) Title
Lot 4 – Works between £1,000,000 and £5,000,000
Lot No
4
two.2.2) Additional CPV code(s)
- 45110000 - Building demolition and wrecking work and earthmoving work
- 45112000 - Excavating and earthmoving work
- 45262660 - Asbestos-removal work
- 45112700 - Landscaping work
- 45112400 - Excavating work
- 90722200 - Environmental decontamination services
- 45113000 - Siteworks
- 45112100 - Trench-digging work
- 45111300 - Dismantling works
- 45112200 - Soil-stripping work
- 45111200 - Site preparation and clearance work
- 45111000 - Demolition, site preparation and clearance work
- 45111100 - Demolition work
- 45112500 - Earthmoving work
- 45112300 - Infill and land-reclamation work
- 45112600 - Cut and fill
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
For the appointment of contractors to provide demolition and land preparation works for projects between £1,000,000 and £5,000,000
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £363,000,000
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
two.2) Description
two.2.1) Title
Lot 5 – Works of £5,000,000 or greater
Lot No
5
two.2.2) Additional CPV code(s)
- 45110000 - Building demolition and wrecking work and earthmoving work
- 45112000 - Excavating and earthmoving work
- 45262660 - Asbestos-removal work
- 45112700 - Landscaping work
- 90722200 - Environmental decontamination services
- 45113000 - Siteworks
- 45112100 - Trench-digging work
- 45111300 - Dismantling works
- 45112600 - Cut and fill
- 45112200 - Soil-stripping work
- 45111200 - Site preparation and clearance work
- 45111000 - Demolition, site preparation and clearance work
- 45111100 - Demolition work
- 45112500 - Earthmoving work
- 45112300 - Infill and land-reclamation work
- 45112400 - Excavating work
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
For the appointment of contractors to provide demolition and land preparation works for projects of £5,000,000 or greater
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £225,000,000
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 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 be able to carry out any of the demolition project types, organisations will need to be a registered member of the National Federation of Demolition Contractors or a similar industrial professional body that regularly audits safe working practices on site and organisations will need to have a competent person within the organisation who is a member of the Institute of Demolition Engineers or a similar organisation that assesses professional competence in carrying out demolition works.- All organisations will need to be re registered on the Upper Tier Register of Waste Carriers, Brokers and Dealers.- All organisations will need their site teams to be trained to category B as a minimum in relation to dealing with Asbestos.
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
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 a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
n/a
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: 2021/S 000-017735
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 December 2021
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
9 December 2021
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Added Value Portal t/a Pagabo, acting on behalf of Rugby Borough Council, wish to appoint a range of Contractors specialising in various aspects of demolition and land preparation works to a national framework solution, available to all public sector bodies, including charities, within the UK (the full list is available in the Tender synopsis on the In-Tend portal – https://in-tendhost.co.uk/pagabo/aspx/ProjectManage/1208). The Contractors will provide a full range of services across a range of geographic regions, project types and value bands. The framework is divided into 5 lots, by value band within each lot there are 9 Project Types. For lots 1 and 2, there are then 15 geographical regions and for lots 3 to 5, there are 10 regions. This gives a total of 540 sub-lots, with each sub-lot being evaluated separately. The framework is which will operate with a maximum of 9 Contractors per project type per region per lot.The nine Project Types are - Demolition related Project Types; Demolition of Structures 5 Storeys and Below, Demolition of Structures 6 Storeys and Above, Decommissioning and Decontamination, Industrial Dismantling and De-Planting, Demolition of Non-Traditional High Rise Structures. Land Preparation related Project Types; Bulk Earthworks and Waste Management, Contaminated Land Remediation, Mine Work Remediation, Ground Improvements.It is proposed that the term of this framework agreement will be for a period of 4 years from February 2022. The procurement will involve a single stage process following a Public Contract Regulations 2015 Open Procedure. The ITT documents can only be accessed when logged into in-tend. If you are an existing supplier, please log into the system. If you are a new supplier, please make sure you register your company as an initial step onthe in-tend website. Select the tab ‘Tenders’ then select ‘Current’. Search for the reference number on the left- hand side of the page and press enter. The tender advert will now be visible. To view the ITT documents, click 'View Details'. This will take you to a new screen, please click 'Express Interest'. Once in the tender there are 5 tabs; 'Tender', 'ITT -documents', 'Correspondence', 'Clarifications' and 'History'. Select the second tab (ITT docs) where you will find useful information under 'Tender Details'. Continue to scroll down to the heading 'Tender Documents Received' where you will be able to view/download the documents. Opting In and out: please note you are required to 'Opt In' before you can access the 'My Tender Return' to start populating your response. The 'Opt Out' functionality will also be available throughout the duration of the tender process. Opting out will give you the option of declaring that you no longer wish to receive any further communication in relation to this tender along with the opportunity of providing feedback and comments for this decision. You may amend your decision to ‘Opt In or Out’ at any time during the tender process. This procurement will be evaluated in accordance with the process set out in the bid pack documentation. Pagabo, on behalf of the contracting authority reserves the right to run all stages of the procurement concurrently. Pagabo, on behalf of the contracting authority reserves the right:(i) not to award any framework agreement, as a result of the procurement process, commenced by publication of this notice;(ii) in the event that there is a substantive challenge to the procurement and such challenge is confined to a single lot, Pagabo, on behalf of the contracting authority, reserves the right to the extent that it is lawful to do so to conclude a framework agreement with the successful bidder(s) in respect of the lot(s) that have not been challenged; and(iii) make whatever changes it may see fit to the content and structure of the tendering competition. In no circumstances will Pagabo or the contracting authority be liable for any costs incurred by the bidders.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
As set out in the Public Contracts Directive 2014/24/EU