IA2425 Framework Agreement for Demolition and Associated Services
A Tender Notice
by STAFFORDSHIRE COUNTY COUNCIL
- Source
- Find a Tender
- Type
- Framework (Works)
- Duration
- 4 year
- Value
- 3M
- Sector
- CONSTRUCTION
- Published
- 25 Apr 2022
- Delivery
- 01 Aug 2022 to 31 Jul 2026
- Deadline
- 26 May 2022 12:00
Concepts
Location
Staffordshire
6 buyers
- Staffordshire County Council Stafford
- Lichfield District Council Lichfield
- Stafford Borough Council Stafford
- Cannock Chase District Council Cannock
- South Staffordshire Council Codsall
Description
Framework Agreement for Demolition and Associated Services
Total Quantity or Scope
The below works associated with the Demolition of properties is not an exhaustive list of requirements covered by the Framework. • Allow for all necessary plans, surveys, risk assessments, method statements and reports to support the safe and successful demolition of properties • Obtaining relevant drawings and site plans, refurbishment / demolition survey from the Contracting Authority. • A full condition survey of the site is required covering the highways, hedges & trees, and existing systems and structures. • Preparation of Construction Phase Plan and Health and Safety files and Site Waste Management Plan • Erection of secure hoarding to an approved temporary works design, to be maintained for the duration of contracts. • Site compound and security set-up. • Secure pedestrian access to be provided via biometric turnstile for staff, operatives and visitors. • Segregated safe access walkways to be provided from turnstile to offices & to site working areas. • re-routing of footpaths to avoid pedestrians crossing the site entrance (if required). • Access to properties and walkways to be maintained throughout the works unless otherwise agreed. • Traffic management plan • Provision of welfare facilities for operatives, including site office and WCs. • Arrange for disconnection of existing services from the property, including confirmation that all services are no longer live. • Work with the Contracting Authority to obtain any necessary licenses including F10 notification to the HSE required to carry out the works, from the relevant authority. • Containment and removal of all Asbestos Containing Materials, where requested to arrange this in line with the Control of Asbestos Regulations 2012 and the Refurbishment & Demolition Survey included within Contracting Authority tender documentation. • The Contractor is to specifically ensure that no contamination of the site as a whole is allowed to occur. Certification demonstrating that the site is clean following the demolition works is required. • Provision of all other necessary health and safety measures, including Banks Men, safety signs and lockable gates. • Carry out Principal Contractor role in accordance with The Construction (Design and Management) Regulations 2015 (CDM 2015). Ensuring the demolition and dismantling of structures are planned and carried out in such a way as to prevent danger or, where this is not practicable, to reduce danger to as low a level as reasonably practicable. • Leaving boundaries in place as indicated on the site layout plan provided with the tender pack. • Protection of all tree root protection zones as outlined on architectural drawings • Comply and co-operate with ecologists and ecology surveys and plans • Comply and co-operate with arboriculture assessments and tree protection plans • Dust suppression using dust extraction machines and tools with e-vac attachments where required. • Noise monitoring using dB meters to ensure that safe sound levels are met to current legislation. • Close management of operatives using vibrating plant, ensuring they do not exceed safe vibration levels. • Fire escape routes will be clearly displayed on site, all escape routes will have signage displaying routes, to be updated accordingly as site develops. • Site preparation and clearance work to include soft strip out works to remove all non-structural elements inside and outside of a building to facilitate demolition works. • Demolish building(s) described down to ground level. Structures must be demolished in accordance with BS 6187. • Grubbing up and carting away of all existing footings and foundations to a depth of 1200mm (or greater if specifically requested) and/or • Sorting and salvage of demolished materials once property has been demolished unless otherwise agreed with the Contracting Authority. • Removal and disposal of all demolition material off site. • All waste products to be stored, transported, and disposed of in accordance with relevant legislation and regulations and site waste management plan ensuring licensed waste carrier and disposal station In addition to the above listed works associated with the demolition of properties the Framework also includes and is not limited to: • Dismantling and deconstruction including a range of deconstruction and dismantling techniques and building structures. • Carry out principal contractor role in accordance with The Construction (Design and Management) Regulations 2015 (CDM 2015). Ensuring the deconstruction and dismantling of structures are planned and carried out in such a way as to prevent danger or, where this is not practicable, to reduce danger to as low a level as reasonably practicable
Renewal Options
It is envisaged that contract advert notices for the next Framework Agreement may be placed within the next 3 or 4 years. This cannot be guaranteed.
Award Criteria
Quality | 50.0 |
PRICE | 50.0 |
CPV Codes
- 45110000 - Building demolition and wrecking work and earthmoving work
- 90650000 - Asbestos removal services
- 45111000 - Demolition, site preparation and clearance work
- 45111100 - Demolition work
- 45262660 - Asbestos-removal work
Indicators
- An E-Catalogue is required.
- Bids should cover the whole contract.
- This is a recurring contract.
- Renewals are available.
- Professional qualifications are sought.
- Staff qualifications are relevant.
- Award on basis of price.
Other Information
This is an electronic tender. All submissions must be made via the formal Contracting Authority electronic tendering platform. All requests for information to be sent through the electronic tendering portal and message facility on the Proactis electronic tendering system. How to register - follow the link to Proactis electronic tendering: — https://supplierlive.proactisp2p.com/Account/Login If you require urgent assistance regarding the initial usage of the e-Tendering package please contact the Contracting Authority point-of-contact in Section I.1 of this notice. On failure to reach this contact, please immediately email the nature of the difficulty to commercial.team@staffordshire.gov.uk This procurement is for a Framework Agreement between the appointed providers(s) and the Contracting Authority, to supply predominately services on an ad-hoc call-off basis, as and when required. The Contracting Authority or its public sector partners/Customers makes no guarantee as to the volume of business on offer or to be awarded, and any volumes given are indicative only and intended as a general guide. There is no commitment at the time of tendering from any parties outside of the Contracting Authority and this should be taken into consideration when bidding. All framework management, post-tender, will be in accordance with the Public Contracts Regulations 2015. The call-off orders will be allocated by terms laid down in the framework. Please see the tender documentation for further details. The Contracting Authority also reserves the right to operate a public tender or quotations outside of the framework where so required. As part of the Governments National Procurement Strategy, collaborative working and supporting other Authorities now forms part of the Contracting Authority's procurement remit. This agreement may be made available to other Contracting Authorities including without limitation Councils and Public Bodies within Staffordshire and neighboring geographical areas as prescribed by the NUTS codes in this notice. These will include Health and NHS Bodies, Local Authorities, Contracting Authorities, any other Government Department, Defence, Police and Emergency Services, Metropolitan / District Councils, Utilities, Educational Establishments, and Utilities, including the Contracting Authorities named in this notice. These organisations will be afforded third party rights or be named as beneficiaries under the contract or contracts where appropriate. Financing / Payment: — payments may be made following acceptance by the banking agents of Staffordshire County Council. Legal form of groups of providers: — no special legal form is required by the grouping of providers but each provider will be required to be come jointly or severally responsible for the contract before acceptance. For reference the following website outlines the Contracting Authority's policy on the Community Right to Challenge: — http://www.staffordshire.gov.uk/business/procurement/Community-Right-to-Challeng...
Reference
- FTS 010550-2022