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

Demolition Framework.

  • First published: 05 July 2017
  • Last modified: 05 July 2017
  • 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:
05 July 2017
Deadline date:
17 August 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This lot is meant to cover all initial, and on going, environmental investigations in order to facilitate demolition works across the public portfolio. This includes:

Site Reports and Investigations,

Ecology and Biodiversity Reports,

Bat Reports,

UXO Surveys,

Radiation Surveys,

Ground Conditions and Ground Water,

Tree Protection Surveys,

Others.

Suppliers will be able to submit specialities for this lot, and will be called upon during mini competitions as works arise throughout the contract duration.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Mi Concepts Ltd

08756870

Barclays House, Gatehouse Way, Buckinghamshire

Aylesbury

HP19 8DB

UK

Contact person: Gareth Wilson

E-mail: gareth@miconcepts.co.uk

NUTS: UKJ13

Internet address(es)

Main address: http://public.miconcepts.co.uk/documents/acdp/Accelerated_Delivery_Contracting_Authorities_List.pdf

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

I.3) Communication

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

http://miprocurement.miconcepts.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

http://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

Demolition Framework.

Reference number: MCE 17089

II.1.2) Main CPV code

45111100

 

II.1.3) Type of contract

Works

II.1.4) Short description

This procurement covers all necessary activities to fulfil the public portfolio requirements for demolitions, asbestos removal and investigation throughout the contract duration. A full list of eligible contracting authorities is included as a download link as part of this notice. Works will include environmental appraisals and reports; asbestos reporting and asbestos strip; and all demolition activities including waste removal and recycling (see ‘Scope of Works’ below).

The Buyer wishes to appoint a selection of contractors in order to cover these requirements. This contract is a multidisciplinary framework agreement. The procurement is a 2-stage restricted process, which has a Selection Questionnaire and an Invitation to Tender. Suppliers must first submit a Selection Questionnaire in order to be invited to tender.

II.1.5) Estimated total value

Value excluding VAT: 12 000 000.00  EUR

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 2 lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

‘Construction Design and Management Coordination (CDMC)’ and ‘Project Management’ may be awarded together.

‘Environmental Appraisals’ and ‘Asbestos Investigations’ may be awarded together.

No other combinations of lots permitted.

II.2) Description

Lot No: 1

II.2.1) Title

Environmental Appraisals

II.2.2) Additional CPV code(s)

71510000

71351500

71355000

71313400

71313420

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

This procurement is designed to cover the entire public portfolio in the United Kingdom. However suppliers will be able to bid for works in their own specified regions.

II.2.4) Description of the procurement

This lot is meant to cover all initial, and on going, environmental investigations in order to facilitate demolition works across the public portfolio. This includes:

Site Reports and Investigations,

Ecology and Biodiversity Reports,

Bat Reports,

UXO Surveys,

Radiation Surveys,

Ground Conditions and Ground Water,

Tree Protection Surveys,

Others.

Suppliers will be able to submit specialities for this lot, and will be called upon during mini competitions as works arise throughout the contract duration.

II.2.5) Award criteria

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

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

When the maximum contract value is reached, or the duration of the contract expires, this contract will be subject to renewal.

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

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:

UK


Main site or place of performance:

This procurement is designed to cover the entire public portfolio in the United Kingdom. However suppliers will be able to bid for works in their own specified regions.

II.2.4) Description of the procurement

The buyer requires asbestos testing, surveys and sampling for existing sites and structures, as part of the demolition framework. 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.

II.2.5) Award criteria

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

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

This contract is subject to renewal when the maximum value is reached or the duration expires, whichever comes first.

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

Lot No: 3

II.2.1) Title

Demolition and Asbestos Strip

II.2.2) Additional CPV code(s)

45111100

45262660

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

This procurement is designed to cover the entire public portfolio in the United Kingdom. However suppliers will be able to bid for works in their own specified regions.

II.2.4) Description of the procurement

This lot covers demolition works and asbestos strip for projects. This includes:

Prelims,

Licensable ACM Removal,

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.

II.2.5) Award criteria

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

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

This contract is subject to renewal when the maximum value is reached or the duration expires, whichever comes first.

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

Lot No: 4

II.2.1) Title

Project Management

II.2.2) Additional CPV code(s)

71541000

72224000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

This procurement is designed to cover the entire public portfolio in the United Kingdom. However suppliers will be able to bid for works in their own specified regions.

II.2.4) Description of the procurement

Project managers will take responsibility for managing complex demolition projects on behalf of the client, from the specification stage through to delivery. This could mean working on a variety of complex sites with differing requirements, in line with strict public sector regulations. It will entail working with a variety of client agents, as well as a range of procured framework contractors. It also entails standard on-site project management such as establishing timetabling, access and egress, and others.

II.2.5) Award criteria

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

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

This contract is subject to renewal when the maximum value is reached or the duration expires, whichever comes first.

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

Lot No: 5

II.2.1) Title

Construction Design Management Coordination

II.2.2) Additional CPV code(s)

71541000

72224000

71317200

71317210

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

This procurement is designed to cover the entire public portfolio in the United Kingdom. However suppliers will be able to bid for works in their own specified regions.

II.2.4) Description of the procurement

The role of the CDM Coordinator will be to review and specify the health and safety requirements for complex, bespoke demolition projects as they arise during the contract during. This includes reviewing contractors' health and safety plans, submitting F10s, and further complying to all health and safety regulations, form the start of the project to competition. This is in order to mitigate any risks to the project, staff or the client.

II.2.5) Award criteria

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

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

This contract is subject to renewal when the maximum value is reached or the duration expires, whichever comes first.

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

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:

Full conditions of suitability are provided in the procurement documents, and are dependent on the lots bid for. It is a requirement to meet legal standards to work in the United Kingdom, such as waste carriers licenses for demolition contractors. All suppliers must meet required levels of insurance including professional indemnity, employers liability and public liability.

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted 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: 80

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:

2017/S 085-164957

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

Date: 17/08/2017

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 04/09/2017

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

EN

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Mi Concepts Ltd.

Barclays House

Aylesbury

HP19 8DB

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

30/06/2017

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
71541000 Construction project management services Construction management services
45111100 Demolition work Demolition, site preparation and clearance work
71313400 Environmental impact assessment for construction Environmental engineering consultancy services
71313420 Environmental standards for construction Environmental engineering consultancy services
71351500 Ground investigation services Geological, geophysical and other scientific prospecting services
71317210 Health and safety consultancy services Hazard protection and control consultancy services
71317200 Health and safety services Hazard protection and control consultancy services
71900000 Laboratory services Architectural, construction, engineering and inspection services
72224000 Project management consultancy services Systems and technical consultancy services
71510000 Site-investigation services Construction-related services
71355000 Surveying services Engineering-related scientific and technical 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:
gareth@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.