Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
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.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
21/04/2017