Tender

Framework Agreement for the provision for Demolition (including asbestos removal) Works including call-off for The BALE Centre

  • Durham County Council

F02: Contract notice

Notice identifier: 2024/S 000-031309

Procurement identifier (OCID): ocds-h6vhtk-04a47c

Published 1 October 2024, 11:14am



Section one: Contracting authority

one.1) Name and addresses

Durham County Council

County Hall

DURHAM

DH15UQ

Contact

Kelly Stewart

Email

kstew@durham.gov.uk

Country

United Kingdom

Region code

UKC14 - Durham CC

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.durham.gov.uk

Buyer's address

www.nepo.org

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.nepo.org

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.nepo.org

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

Email

tcc.issue@hmcts.gsi.gov.uk

Country

United Kingdom