loading
  • GB-BS1 6EH Bristol
  • 26.05.2017
  • Ausschreibung
  • (ID 2-263256)

HCA Demolition Framework


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 26.05.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 10 - max. 10
    Gebäudetyp Wohnungsbau
    Art der Leistung Bauleistung / Bodenmechanik, Erd-/ Grundbau / Dokumentation / Projektsteuerung / Altlastensanierung
    Sprache Englisch
    Aufgabe
    This contract is a multidisciplinary framework agreement. The procurement is a 2 stage restricted process, which has a Pre-Qualifying Questionnaire and an Invitation to Tender. Suppliers must first submit Pre Qualifying information in order to be invited to tender. The procurement covers all necessary activities to fulfil the HCA's requirements for demolitions and asbestos removal across its portfolio throughout the contract duration. This includes environmental appraisals and reports; asbestos reporting and asbestos strip; and all demolition activities including waste removal and recycling.
    The HCA wish to appoint a selection of contractors in order to cover these requirements. Contractors may tender for one or more disciplines, and the HCA reserves the right to award either single discipline or multi-discipline contract on the basis of each tender. Each successful contractor appointed to the Framework will have submitted a schedule of rates, which will be relied upon.
    Leistungsumfang
    *Scope of Works*
    — Environmentals-
    Site Reports and Investigations
    Ecology and Biodiversity Reports
    Bat Reports
    UXO Surveys
    Radiation Surveys
    Ground Conditions and Ground Water
    Others.
    — Asbestos Investigation-
    Sampling
    Testing
    Reporting
    — Asbestos Removal-
    Prelims
    Licensable ACM Removal
    Non — Licensable ACM Removal
    Disposal
    — Demolition-
    Prelims
    Hard Strip
    Soft Strip
    Foundations
    Hard Standing
    Crushing Waste
    Waste Storage
    Waste Disposal
    Reclaim Materials
    Site Re-Cover
    — Project Management-
    — CDM Coordination-.
    Adresse des Bauherren UK-BS1 6EH Bristol
    TED Dokumenten-Nr. 153666-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Bristol: Demolition work

      2017/S 080-153666

      Contract notice

      Works

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Homes and Communities Agency
      2 Rivergate, Temple Quay
      Bristol
      BS1 6EH
      United Kingdom
      Contact person: Gareth Wilson
      E-mail: MjE0WVNkV2ZaMl9bVWFgVVdiZmUgVWEgZ10=
      NUTS code: UKK11

      Internet address(es):

      Main address: https://www.gov.uk/government/organisations/homes-and-communities-agency

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://mitransfer.co.uk/downloader/299
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://demolition.miprocurement.miconcepts.co.uk/
      I.4)Type of the contracting authority
      Regional or local agency/office
      I.5)Main activity
      Housing and community amenities

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      HCA Demolition Framework.

       

      Reference number: HCAE 17089
      II.1.2)Main CPV code
      45111100
      II.1.3)Type of contract
      Works
      II.1.4)Short description:

       

      This contract is a multidisciplinary framework agreement. The procurement is a 2 stage restricted process, which has a Pre-Qualifying Questionnaire and an Invitation to Tender. Suppliers must first submit Pre Qualifying information in order to be invited to tender. The procurement covers all necessary activities to fulfil the HCA's requirements for demolitions and asbestos removal across its portfolio throughout the contract duration. This includes environmental appraisals and reports; asbestos reporting and asbestos strip; and all demolition activities including waste removal and recycling.

      The HCA wish to appoint a selection of contractors in order to cover these requirements. Contractors may tender for one or more disciplines, and the HCA reserves the right to award either single discipline or multi-discipline contract on the basis of each tender. Each successful contractor appointed to the Framework will have submitted a schedule of rates, which will be relied upon.

       

      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: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      45262660
      71541000
      45111200
      45111100
      45111000
      45111250
      45111213
      71510000
      71351500
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      This Framework is designed to cover the HCA assets, and primarily focuses on the South West region. However, all national local authorities and other public bodies are eligible to use this Framework.

       

      II.2.4)Description of the procurement:

       

      *Scope of Works*

      — Environmentals-

      Site Reports and Investigations

      Ecology and Biodiversity Reports

      Bat Reports

      UXO Surveys

      Radiation Surveys

      Ground Conditions and Ground Water

      Others.

      — Asbestos Investigation-

      Sampling

      Testing

      Reporting

      — Asbestos Removal-

      Prelims

      Licensable ACM Removal

      Non — Licensable ACM Removal

      Disposal

      — Demolition-

      Prelims

      Hard Strip

      Soft Strip

      Foundations

      Hard Standing

      Crushing Waste

      Waste Storage

      Waste Disposal

      Reclaim Materials

      Site Re-Cover

      — Project Management-

      — CDM Coordination-.

       

      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: 12 000 000.00 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
      Envisaged number of candidates: 10
      Objective criteria for choosing the limited number of candidates:

       

      All evaluation criteria is provided in the procurement documents, available at the included link. First suppliers must complete a pre-qualifying questionnaire before being invited to tender, and pass these criteria. At the ITT stage, the best suppliers will be selected at the discretion of the buyer. This may be more or less than the envisage number here depending on the applicants.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      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: no
      II.2.14)Additional information

       

      This procurement is eligible for use by a full list of local authorities and public bodies listed in the procurement documentation which is available for use at the included link.

       

      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:

       

      Registration with relevant professional bodies and legal entities necessary to carry out the works.

      These includes waste carriers licence, registration with NFDC for demolitions, and detailed criteria for asbestos works (registration with ARCA / ACAD, participation in RICE scheme for laboratories). This is fully detailed in the procurement documents.

       

      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.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.2)Contract performance conditions:

       

      An example copy of the contract will be provided at the ITT stage. However it covers the basic terms of a works contract, including variations, quality of equipment, progress payments, and aims to ensure a mutually beneficial working relationship.

       

      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
      Restricted procedure
      IV.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: 15
      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: 26/05/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 02/06/2017
      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
      Duration in months: 48 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders

      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.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      Homes and Communities Agency
      2 Rivergate, Temple Quay
      Bristol
      BS1 6EH
      United Kingdom
      E-mail: MjE0RUVJNWFgZmRTVWZlMlpVUyBZZVsgWWFoIGdd

      Internet address:https://www.gov.uk/government/organisations/homes-and-communities-agency

      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
      Mi Concepts
      Barclays House, Gatehouse Way
      Aylesbury
      HP19 8DB
      United Kingdom
      E-mail: MjIwUVpdYVVeVVFfLFlVT1taT1FcYF8aT1saYVc=

      Internet address:http://miconcepts.co.uk

      VI.5)Date of dispatch of this notice:
      21/04/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 25.04.2017
Zuletzt aktualisiert 25.04.2017
Wettbewerbs-ID 2-263256 Status Kostenpflichtig
Seitenaufrufe 97