Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

South Central Demolition Framework

  • First published: 08 February 2019
  • Last modified: 08 February 2019
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
Mi Concepts Ltd
Authority ID:
AA60129
Publication date:
08 February 2019
Deadline date:
08 March 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This lot covers demolition works and asbestos strip, which includes:

— prelims,

— licensable ACM remova,

— non-licensable ACM removal,

— asbestos disposal,

— soft strip,

— hard strip,

— foundations removal,

— hard standing break up and removal,

— crushing waste,

— waste storage,

— waste disposal,

— reclaim materials,

— site re-cover,

— additional related tasks.

In addition to the South Central Region, this framework will be available to a wider range of eligible Contracting Authorities throughout the UK — the full list of which is available with the procurement documents, to be published with the ITT. It includes central government departments and their arm's length bodies and agencies, non-departmental public bodies, NHS bodies, local authorities, registered providers, health, police, fire and charities and devolved administrations.

It is not mandatory for suppliers to cover this entire region. Terms and conditions will apply but it is not obligatory to bid for and accept jobs outside of an area of operations.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Mi Concepts Ltd

08756870

Westgate Street

Gloucestershire

GL1 2TG

UK

Contact person: Gareth Wilson

E-mail: enquiries@miconcepts.co.uk

NUTS: UKK13

Internet address(es)

Main address: http://miprocurement.co.uk

Address of the buyer profile: http://miprocurement.miconcepts.co.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

https://miprocurement.miconcepts.co.uk/


Additional information can be obtained from another address:

Mi Concepts Ltd

08756870

The Picture House, 309-315 Holdenhurst Road

Bournemouth

BH8 8BX

UK

E-mail: enquiries@miconcepts.co.uk

NUTS: UKK21

Internet address(es)

Main address: http://miprocurement.co.uk

Address of the buyer profile: http://miprocurement.miconcepts.co.uk

Tenders or requests to participate must be sent electronically to:

https://miprocurement.miconcepts.co.uk/


I.4) Type of the contracting authority

Other: Public Sector Buyer

I.5) Main activity

Other: Procurement and Government Consultancy

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

South Central Demolition Framework

Reference number: MCE 18010

II.1.2) Main CPV code

45111100

 

II.1.3) Type of contract

Works

II.1.4) Short description

This procurement covers demolition including asbestos removal, and asbestos investigation/reporting throughout the contract duration in the South Central Region of the UK, which encompasses Gloucestershire and the Midlands.

The intention is to appoint a selection of Contractors in order to cover these requirements. This contract is a multidisciplinary Framework Agreement. Eligible Contracting Authorities will be able to call on appointed suppliers throughout the duration of the contract. There will be a process of further competition conducted online for jobs, as well as the provision for direct award.

The framework will also be available to a full list of eligible Contracting Authorities, which will be published with the ITT. This includes central government departments and their arm's length bodies and agencies, non-departmental public bodies, NHS bodies, local authorities, registered providers, health, police, fire and charities and devolved administrations.

II.1.5) Estimated total value

Value excluding VAT: 50 000 000.00  EUR

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

Maximum number of lots that may be awarded to one tenderer: 1

II.2) Description

Lot No: 1

II.2.1) Title

Demolition

II.2.2) Additional CPV code(s)

45110000

45262660

II.2.3) Place of performance

NUTS code:

UKG

UKF

UKK1


Main site or place of performance:

This framework is eligible for Contracting Authorities throughout the UK. However there is an emphasis on the South Central Region, which covers Gloucestershire and the Midlands.

II.2.4) Description of the procurement

This lot covers demolition works and asbestos strip, which includes:

— prelims,

— licensable ACM remova,

— non-licensable ACM removal,

— asbestos disposal,

— soft strip,

— hard strip,

— foundations removal,

— hard standing break up and removal,

— crushing waste,

— waste storage,

— waste disposal,

— reclaim materials,

— site re-cover,

— additional related tasks.

In addition to the South Central Region, this framework will be available to a wider range of eligible Contracting Authorities throughout the UK — the full list of which is available with the procurement documents, to be published with the ITT. It includes central government departments and their arm's length bodies and agencies, non-departmental public bodies, NHS bodies, local authorities, registered providers, health, police, fire and charities and devolved administrations.

It is not mandatory for suppliers to cover this entire region. Terms and conditions will apply but it is not obligatory to bid for and accept jobs outside of an area of operations.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 40 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Suppliers can download the tender documents and submit tenders online at the following address:

http://miprocurement.miconcepts.co.uk

Lot No: 2

II.2.1) Title

Asbestos Investigation

II.2.2) Additional CPV code(s)

45262660

90650000

71900000

II.2.3) Place of performance

NUTS code:

UKG

UKF

UKK1


Main site or place of performance:

This framework is eligible for Contracting Authorities throughout the UK. However there is an emphasis on the South Central Region, which covers Gloucestershire and the Midlands.

II.2.4) Description of the procurement

This lot covers asbestos testing, surveys and sampling for existing sites and structures. Suppliers will be required to attend complex sites, and coordinate testing with other works Contractors, management agents and others.

— for surveying premises only — UKAS accreditation to ISO/IEC 17020,

— for the analysis of bulk samples — UKAS accreditation to ISO/IEC 17025. Must participate in AIMS and maintain a standard of “satisfactory”,

— for air sampling and subsequent analysis of air samples, UKAS accreditation to IEC/ISO 17025. Must participate in the RICE scheme and be classified as a Cat A or Cat B Laboratory,

— for the supervision of asbestos removal hold a supervisory licence granted by the Health and Safety Executive (HSE) under the Control of Asbestos Regulations 2012,

— analysts and surveyors must be experienced and qualified to BEBOH P.Cert 13 or BIOH Specialist Module or appropriate proficiency module.

In addition to the South Central Region, this framework will be available to a wider rage of eligible Contracting Authorities throughout the UK — the full list of which is available with the procurement documents, to be published with the ITT. It includes central government departments and their arm's length bodies and agencies, non-departmental public bodies, NHS bodies, local authorities, registered providers, health, police, fire and charities and devolved administrations.

It is not mandatory for Suppliers to cover this entire region. Terms and conditions will apply but it is not obligatory to bid for and accept jobs outside of an area of operations.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 10 000 000.00  EUR

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Suppliers can download the tender documents, and submit tenders online at the following link:

http://miprocurement.miconcepts.co.uk

Full details and documentation will be released with the ITT.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

All conditions are included in the tender documents. There are mandatory requirements for economic and financial standing, such as certification that the supplier is a going concern. Evidence of health and safety policies is required, such as an accredited SSIP scheme. Demolition contractors are required to have a waste carter's licence, NFDC membership, and CSCS card for workers.

Requirements for asbestos consultants are:

— for surveying premises only — UKAS accreditation to ISO/IEC 17020,

— for the analysis of bulk samples — UKAS accreditation to ISO/IEC 17025. The Asbestos Consultant must participate in AIMS and maintain a standard of “satisfactory”,

— air sampling and subsequent analysis of air samples — UKAS accreditation to IEC/ISO 17025. The Asbestos Consultant must participate in the RICE scheme and be classified as a Category A or Category B Laboratory,

— for the supervision of asbestos removal works — hold a supervisory licence granted by the Health and Safety Executive (HSE) under the Control of Asbestos Regulations 2012,

— analysts and surveyors must be experienced and qualified to BEBOH P.Cert 13 or BIOH Specialist Module S301, or hold the appropriate proficiency module (P401 — 405) for the element of work they are required to undertake, and

— comply with HS(G)248 Asbestos — the analyst's guide for sampling, analysis and clearance procedures.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

A pro forma version of the Framework Agreement is included with the tender documents, which includes conditions of performance such as KPI reporting, how the framework will operate, and what is expected of appointed framework suppliers. This is a Framework Agreement with different potential call-off contracts according to the specific project requirements. These are listed in the tender documents and accompanying Framework Agreement. The conditions should be read carefully.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 40

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2018/S 208-473947

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 08/03/2019

Local time: 17:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 48 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 11/03/2019

Local time: 09:00

Place:

All submissions are held online. Representatives of the principal will open and evaluate the submissions through the provided portal online. At the submission deadline for the tender the suppliers submission will be locked, and turned to a file download for records and evaluation purposes. All conditions of confidentiality are included in the tender documents also.

Information about authorised persons and opening procedure:

Tenders will be evaluated in accordance with the conditions laid out in the tender documents, by representatives of Mi Concepts.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

http://miprocurement.miconcepts.co.uk

VI.4) Procedures for review

VI.4.1) Review body

Mi Concepts Ltd

The Picture House, 309 Holdenhurst Road

Bournemouth

BH8 8BX

UK

Telephone: +44 2088191488

E-mail: enquiries@miconcepts.co.uk

Internet address(es)

URL: http://www.miconcepts.co.uk

VI.5) Date of dispatch of this notice

05/02/2019

Coding

Commodity categories

ID Title Parent category
90650000 Asbestos removal services Cleaning and sanitation services in urban or rural areas, and related services
45262660 Asbestos-removal work Special trade construction works other than roof works
45110000 Building demolition and wrecking work and earthmoving work Site preparation work
45111100 Demolition work Demolition, site preparation and clearance work
71900000 Laboratory services Architectural, construction, engineering and inspection services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
enquiries@miconcepts.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.