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