Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
EN Procure Asbestos and Demolition Framework Agreement.
II.1.2)Main CPV code
90650000
II.1.3)Type of contract
Works
II.1.4)Short description:
Efficiency North (EN) is a social housing regeneration consortium based in the Yorkshire and Humberside region.
EN wishes to procure and enter into a framework agreement with multiple contractors for the completion of a range of asbestos removal and demolition works, predominantly but not exclusively, to social housing properties. It may potentially include other public sector buildings, including but not limited to, schools that are linked to the contracting authorities entitled to call off under the framework agreement. The procurement will be structured to allow opportunities for contractors of all sizes to tender for works that will be completed predominantly across the geographical areas of Yorkshire and Humberside but this may extend to other areas of the UK.
II.1.5)Estimated total value
Value excluding VAT: 116 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.2)Additional CPV code(s)
71315300
71315200
71600000
II.2.3)Place of performance
NUTS code: UK
NUTS code: UKE
NUTS code: UKE1
NUTS code: UKE2
NUTS code: UKE3
NUTS code: UKE4
II.2.4)Description of the procurement:
This lot will be for schemes predominantly in the Yorkshire and Humberside region but this maybe extended to other areas of the UK.
The scope of works includes Asbestos Survey works predominantly within social housing properties.
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 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
The framework agreement will be in place for a term of 48 months with an option to extend for a further 48 months, however contracts called off under the framework agreement may continue beyond the term of the framework agreement. The justification for a Framework Agreement, the duration of which exceeds 4 years; A 4 year extension to the framework may be required to allow the appointed contractors adequate time to recoup their significant initial investment in establishing integrated supply chains and the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include local regeneration, training and employment initiatives.
In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering objectives that will form part of this framework may only be capable of achievement over longer periods of time than 4 years, not least because a number of local authorities may only start using this framework after their existing arrangements expire.
The performance and technical capacity of the contractors will be reassessed continuously throughout the term of the Agreement.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: A number of contracts called off under the Framework.
II.2.14)Additional information
Contractors are referred to the application guidance provided in section II.I.5, in relation to this Lot. The number of contractors appointed to this lot will be a maximum of 18.
II.2)Description
II.2.1)Title:
Asbestos Air Monitoring works
Lot No: 2
II.2.2)Additional CPV code(s)
71315300
71315200
71600000
II.2.3)Place of performance
NUTS code: UK
NUTS code: UKE
NUTS code: UKE1
NUTS code: UKE2
NUTS code: UKE3
NUTS code: UKE4
II.2.4)Description of the procurement:
This lot will be for schemes predominantly in the Yorkshire and Humberside region but this maybe extended to other areas of the UK.
The scope of works includes Asbestos Air Monitoring Works predominantly within social housing properties.
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: 1 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
The framework agreement will be in place for a term of 48 months with an option to extend for a further 48 months, however contracts called off under the framework agreement may continue beyond the term of the framework agreement. The justification for a Framework Agreement, the duration of which exceeds 4 years; A 4 year extension to the framework may be required to allow the appointed contractors adequate time to recoup their significant initial investment in establishing integrated supply chains and the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include local regeneration, training and employment initiatives.
In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering objectives that will form part of this framework may only be capable of achievement over longer periods of time than 4 years, not least because a number of local authorities may only start using this framework after their existing arrangements expire
The performance and technical capacity of the contractors will be reassessed continuously throughout the term of the Agreement.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: A number of contracts called off under the Framework.
II.2.14)Additional information
Contractors are referred to the application guidance provided in section II.I.5, in relation to this Lot. The number of contractors appointed to this lot will be a maximum of 18.
II.2)Description
II.2.1)Title:
Licensed and Unlicensed Domestic and Civic Asbestos Removal
Lot No: 3
II.2.2)Additional CPV code(s)
71315200
71600000
90650000
45262660
II.2.3)Place of performance
NUTS code: UK
NUTS code: UKE
NUTS code: UKE1
NUTS code: UKE2
NUTS code: UKE3
NUTS code: UKE4
II.2.4)Description of the procurement:
This lot will be for schemes predominantly in the Yorkshire and Humberside region but this maybe extended to other areas of the UK.
The scope of works includes Domestic and Civil Removal Licensed and Unlicensed predominantly within social housing properties..
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: 20 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
The framework agreement will be in place for a term of 48 months with an option to extend for a further 48 months, however contracts called off under the framework agreement may continue beyond the term of the framework agreement. The justification for a Framework Agreement, the duration of which exceeds 4 years; A 4 year extension to the framework may be required to allow the appointed contractors adequate time to recoup their significant initial investment in establishing integrated supply chains and the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include local regeneration, training and employment initiatives.
In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering objectives that will form part of this framework may only be capable of achievement over longer periods of time than 4 years, not least because a number of local authorities may only start using this framework after their existing arrangements expire.
The performance and technical capacity of the contractors will be reassessed continuously throughout the term of the Agreement.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: A number of contracts called off under the Framework.
II.2.14)Additional information
Contractors are referred to the application guidance provided in section II.I.5, in relation to this Lot. The number of contractors appointed to this lot will be a maximum of 18.
II.2)Description
II.2.1)Title:
Unlicensed Domestic and Civic Asbestos Removal
Lot No: 4
II.2.2)Additional CPV code(s)
71315200
71600000
90650000
45262660
II.2.3)Place of performance
NUTS code: UK
NUTS code: UKE
NUTS code: UKE1
NUTS code: UKE2
NUTS code: UKE3
NUTS code: UKE4
II.2.4)Description of the procurement:
This lot will be for schemes predominantly in the Yorkshire and Humberside region but this maybe extended to other areas of the UK.
The scope of works includes Domestic and Civil Removal Unlicensed predominantly within social housing properties.
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: 15 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
The framework agreement will be in place for a term of 48 months with an option to extend for a further 48 months, however contracts called off under the framework agreement may continue beyond the term of the framework agreement. The justification for a Framework Agreement, the duration of which exceeds 4 years; A 4 year extension to the framework may be required to allow the appointed contractors adequate time to recoup their significant initial investment in establishing integrated supply chains and the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include local regeneration, training and employment initiatives.
In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering objectives that will form part of this framework may only be capable of achievement over longer periods of time than 4 years, not least because a number of local authorities may only start using this framework after their existing arrangements expire.
The performance and technical capacity of the contractors will be reassessed continuously throughout the term of the Agreement.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: A number of contracts called off under the Framework.
II.2.14)Additional information
Contractors are referred to the application guidance provided in section II.I.5, in relation to this Lot. The number of contractors appointed to this lot will be a maximum of 18.
II.2)Description
II.2.1)Title:
Low Rise Demolition Works (4 Storeys and below, including any associated asbestos removal as required)
Lot No: 5
II.2.2)Additional CPV code(s)
71315200
71600000
90650000
45262660
71315300
45110000
II.2.3)Place of performance
NUTS code: UK
NUTS code: UKE
NUTS code: UKE1
NUTS code: UKE2
NUTS code: UKE3
NUTS code: UKE4
II.2.4)Description of the procurement:
This lot will be for schemes predominantly in the Yorkshire and Humberside region but this maybe extended to other areas of the UK.
The scope of works will include the delivery of Demolition works predominantly to social housing properties.
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: 96
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
The framework agreement will be in place for a term of 48 months with an option to extend for a further 48 months, however contracts called off under the framework agreement may continue beyond the term of the framework agreement. The justification for a Framework Agreement, the duration of which exceeds 4 years; A 4 year extension to the framework may be required to allow the appointed contractors adequate time to recoup their significant initial investment in establishing integrated supply chains and the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include local regeneration, training and employment initiatives.
In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering objectives that will form part of this framework may only be capable of achievement over longer periods of time than 4 years, not least because a number of local authorities may only start using this framework after their existing arrangements expire.
The performance and technical capacity of the contractors will be reassessed continuously throughout the term of the Agreement.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: A number of contracts called off under the Framework.
II.2.14)Additional information
The number of contractors appointed to this lot will be a maximum of 18.
II.2)Description
II.2.1)Title:
High Rise Demolition Works (5 Storeys and above, including any associated asbestos removal as required)
Lot No: 6
II.2.2)Additional CPV code(s)
71315200
71600000
90650000
45262660
71315300
45110000
II.2.3)Place of performance
NUTS code: UK
NUTS code: UKE
NUTS code: UKE1
NUTS code: UKE2
NUTS code: UKE3
NUTS code: UKE4
II.2.4)Description of the procurement:
This lot will be for schemes predominantly in the Yorkshire and Humberside region but this maybe extended to other areas of the UK.
The scope of works will include the delivery of Asbestos and Demolition works predominantly to social housing properties.
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: 30 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
The framework agreement will be in place for a term of 48 months with an option to extend for a further 48 months, however contracts called off under the framework agreement may continue beyond the term of the framework agreement. The justification for a Framework Agreement, the duration of which exceeds 4 years; A 4 year extension to the framework may be required to allow the appointed contractors adequate time to recoup their significant initial investment in establishing integrated supply chains and the processes and procedures that will deliver the improvements that the clients are seeking through this framework. These include local regeneration, training and employment initiatives.
In addition there will be significant investment required from clients in undertaking the selection and evaluation process, and in particular the training of their staff and consultants to new ways of working. The partnering objectives that will form part of this framework may only be capable of achievement over longer periods of time than 4 years, not least because a number of local authorities may only start using this framework after their existing arrangements expire.
The performance and technical capacity of the contractors will be reassessed continuously throughout the term of the Agreement.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: A number of contracts called off under the Framework.
II.2.14)Additional information
The number of contractors appointed to this lot will be a maximum of 18.
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:
As detailed in the ITT documents.
III.1.2)Economic and financial standing
List and brief description of selection criteria:
As detailed in the ITT documents.
Minimum level(s) of standards possibly required:
As detailed in the ITT documents.
III.1.3)Technical and professional ability
List and brief description of selection criteria:
As detailed in the ITT documents.
Minimum level(s) of standards possibly required:
As detailed in the ITT documents.
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
As detailed in the ITT documents.
III.2.3)Information about staff responsible for the performance of the contract
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
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the 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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 26/04/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Date: 26/04/2017
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.2)Information about electronic workflows
VI.3)Additional information:
Individual contracting authorities entitled to access this framework agreement are listed at http://www.efficiencynorth.org/about-us/our-members/full-member-list/ These organisations as contracting authorities have the option to agree and award call off contracts to the contractors appointed to the framework agreement at any stage during the term of the framework agreement. EN reserves the right to cancel the procurement at any time and not to proceed with all or any part of the framework agreement. EN will not, under any circumstances, reimburse any expense incurred by bidders in preparing their tender submissions for the framework agreement.
VI.4)Procedures for review
VI.4.1)Review body
Royal Courts of Justice,
The Strand
London
WC2A 2LL
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitegall
London
SW1A 2AS
United Kingdom
VI.5)Date of dispatch of this notice:
24/03/2017