Section one: Contracting authority
one.1) Name and addresses
Durham County Council
County Hall
DURHAM
DH15UQ
Contact
Kelly Stewart
Country
United Kingdom
Region code
UKC14 - Durham CC
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
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
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework Agreement for the provision for Demolition (including asbestos removal) Works including call-off for The BALE Centre
Reference number
745591
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Durham County Council is to put in place a Framework Agreement for the provision for Demolition (including asbestos removal) Works including call-off for The BALE Centre. The types of properties which this framework will be utilised will be for example; premises requiring demolition including leisure centres, housing stock, office accommodation, educational establishments, community and factory units as a minimum. On occasion DCC have buildings which are classified as surplus property. It is the intention that this Framework is utilised to de-commission and demolish any identified premises. The council anticipates appointing six contractors and two reserve contractors onto this framework. For this SQ the top 10 Bidding organisations scoring over 60% will be invited to tender stage. At this Tender Stage the main 6 number of bidding organisations including the 2 reserve bidding organisations who have a place on the framework. It is to be noted the Demolition Contractor should hold a full asbestos removal licence, if applying as a Sole Bidder if the Demolition Contractor does not hold a full asbestos removal licence they can nominate under the Public Regulations 2015 who their Asbestos subcontractor will be and this will remain through the Framework and any additional extensions. Information should be given (if this is the case at Page 14, 1.3 detail provided) within the document. It is also a requirement of any bidding organisation to state if they have had had any Prior performance issued and to state what these are under Section 4 (4.1(i)) as a self-clean in line with the public regulations 2015 and within Section 7.2.2 to inform the Council of any Prosecution and Enforcement Notices and details of these Rebates and Social Value (TOMS) will apply to this framework . This Framework will be available for use by Durham County Council additional Contracting Authorities, where they have entered into a Procurement Service Level Agreement (SLA) with Durham County Council. To tender for this opportunity and to receive further information which can be found within the tender documents to be downloaded from www.nepo.org and within the supplier area search for reference DN745591
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
two.2.4) Description of the procurement
Durham County Council is to put in place a Framework Agreement for the provision for Demolition (including asbestos removal) Works including call-off for The BALE Centre. The types of properties which this framework will be utilised will be for example; premises requiring demolition including leisure centres, housing stock, office accommodation, educational establishments, community and factory units as a minimum. On occasion DCC have buildings which are classified as surplus property. It is the intention that this Framework is utilised to de-commission and demolish any identified premises. The council anticipates appointing six contractors and two reserve contractors onto this framework. For this SQ the top 10 Bidding organisations scoring over 60% will be invited to tender stage. At this Tender Stage the main 6 number of bidding organisations including the 2 reserve bidding organisations who have a place on the framework. It is to be noted the Demolition Contractor should hold a full asbestos removal licence, if applying as a Sole Bidder if the Demolition Contractor does not hold a full asbestos removal licence they can nominate under the Public Regulations 2015 who their Asbestos subcontractor will be and this will remain through the Framework and any additional extensions. Information should be given (if this is the case at Page 14, 1.3 detail provided) within the document. It is also a requirement of any bidding organisation to state if they have had had any Prior performance issued and to state what these are under Section 4 (4.1(i)) as a self-clean in line with the public regulations 2015 and within Section 7.2.2 to inform the Council of any Prosecution and Enforcement Notices and details of these Rebates and Social Value (TOMS) will apply to this framework . This Framework will be available for use by Durham County Council additional Contracting Authorities, where they have entered into a Procurement Service Level Agreement (SLA) with Durham County Council. To tender for this opportunity and to receive further information which can be found within the tender documents to be downloaded from www.nepo.org and within the supplier area search for reference DN745591
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The proposed framework is to be let with an option to extend for up to a further 2 x 12 months from the actual end date.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates:
For this SQ the top 10 Bidding organisations scoring over 60% will be invited to tender stage.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
To tender for this opportunity and to receive further information which can be found within the tender documents to be downloaded from www.nepo.org and within the supplier area search for reference DN745591
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
Restricted 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: 8
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
31 October 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
8 November 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The High Court of England and Wales
7 Rolls Building, Fetter Lane
London
EC4A 1NL
Country
United Kingdom