Construction Tenders

24 April 2025

Related Information

Construction Contract Leads

No location provided

Category Works

Type

No. of Lots 4

Status Active

Published 1st Nov 2024

Tender Details
Referenceocds-h6vhtk-0433fd
Common Procurement VocabularyBuilding demolition and wrecking work and earthmoving work
Procurement MethodOpen procedure
Value£68,000,000
« Previous Page

No location provided

Category Works

Type

No. of Lots 4

Status Active

Published 1st Nov 2024

Tender Details
Referenceocds-h6vhtk-0433fd
Common Procurement VocabularyBuilding demolition and wrecking work and earthmoving work
Procurement MethodOpen procedure
Value£68,000,000

Section I: Contracting authority

I.1) Name and addresses

Scotland Excel

Renfrewshire House, Cotton Street

Paisley

PA1 1AR

Email

construction [at] scotland-excel.org.uk

Telephone

+44 1414888230

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.scotland-excel.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Demolition and Deconstruction Works

Reference number

1323

II.1.2) Main CPV code

  • 45110000 - Building demolition and wrecking work and earthmoving work

II.1.3) Type of contract

Works

II.1.4) Short description

This framework is for Demolition and Deconstruction works.

This framework will provide councils and other participating bodies with a mechanism to procure a range of works and services in relation to demolition and deconstruction of domestic and commercial buildings and emergency demolition.

II.1.5) Estimated total value

Value excluding VAT: £68,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Works up to 100,000GBP

Lot No

1

II.2.2) Additional CPV code(s)

  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45111000 - Demolition, site preparation and clearance work
  • 45111100 - Demolition work

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of participating Councils and associate members within Scotland

II.2.4) Description of the procurement

This lot will provide councils, associate members and other bodies participating with a mechanism to procure planned demolition and deconstruction works with a value up to 100,000.00GBP.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £2,210,000

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.2.10) 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

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on PCS-Tender project relevant to this procurement and the other Tender Documents for further information.

II.2) Description

II.2.1) Title

Works between 101,000GBP - 500,000GBP

Lot No

2

II.2.2) Additional CPV code(s)

  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45111000 - Demolition, site preparation and clearance work
  • 45111100 - Demolition work

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of participating Councils and associate members within Scotland

II.2.4) Description of the procurement

This lot will provide councils, associate members and other bodies participating with a mechanism to procure planned demolition and deconstruction work with a value between 101,000GBP to 500,000GBP.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £5,440,000

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.2.10) 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

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on PCS-Tender project relevant to this procurement and the other Tender Documents for further information.

II.2) Description

II.2.1) Title

Works over 501,000GBP

Lot No

3

II.2.2) Additional CPV code(s)

  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45111000 - Demolition, site preparation and clearance work
  • 45111100 - Demolition work

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of participating Councils and associate members within Scotland

II.2.4) Description of the procurement

This lot will provide councils, associate members and other bodies participating with a mechanism to procure planned demolition and deconstruction works over the value of 500,000GBP.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £6,800,000

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.2.10) 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

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on PCS-Tender project relevant to this procurement and the other Tender Documents for further information.

II.2) Description

II.2.1) Title

Emergency Demolition

Lot No

4

II.2.2) Additional CPV code(s)

  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45111000 - Demolition, site preparation and clearance work
  • 45111100 - Demolition work

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils, associate members and other bodies participating within Scotland.

II.2.4) Description of the procurement

This lot will provide councils, associate members and other bodies participating with a mechanism to procure emergency demolition works and services.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

II.2.6) Estimated value

Value excluding VAT: £2,550,000

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.2.10) 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

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on PCS-Tender project relevant to this procurement and the other Tender Documents for further information.


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

In accordance with Regulation 59 (12), as this proposed framework agreement is divided into lots, the technical and professional ability selection criteria apply to all lots except where stated otherwise.

For all lots, all economic operators must hold and maintain the relevant accreditation as listed below:

SPD (Scotland) Questions 4A.1 HSE License (minimum 1-year license type) and waste carriers license.

III.1.2) Economic and financial standing

List and brief description of selection criteria

1.SPD (Scotland) Questions 4B.5.1b and 4B.5.2: Insurance Requirements

2.SPD (Scotland) Question 4B.6: Other Economic & Financial Requirements

In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Economic and Financial Standing selection criteria apply separately in relation to each individual Lot.

Minimum level(s) of standards possibly required

Tenderers must confirm that they already have, or can commit to obtain prior to the commencement of the Framework Contract, the following types and minimum levels of insurance cover on terms compatible with the requirements of the Framework Contract:-

-Employer’s (Compulsory) Liability Insurance – maintain a minimum indemnity limit of GBP 10 million in respect of each claim, and without limit to the number of claims.

-Third Party Liability – to a minimum indemnity limit of 5 million GBP for each and every claim. Where a Tenderer holds an HSE License (minimum 1 year license type) this should not exclude cover for work with asbestos.

-Motor Vehicle Insurance – maintain a minimum indemnity limit of GBP 5 million for Property Damage, and unlimited in respect of Third-Party Injury.

Tenderers must note that these minimum levels of insurance are required to be awarded onto the framework, however, the Councils may request an increase to the minimum level of insurance cover required when awarding a Work Order under the Framework

LIMITATIONS ON LIABILITY are detailed in the published terms and conditions of contract. FURTHER LIMITATIONS on LIABILITY ARE NOT ACCEPTED.

Tenderers must note that where a call off under the framework incorporates services requiring the design the Council may require Professional Indemnity insurance for the relevant call off. This will not form part of the selection criteria for access to the framework, but where applicable, will be requested at the point of call off. Where a call off incorporates a requirement for Professional Indemnity Insurance this will be conducted using the mini competition award procedure to allow the commercial rates submitted for that call off to reflect additional costs for obtaining and maintaining this insurance.

A search of the tenderer against Equifax's ScoreCheck and Protect must not result in a “Rating”, “Warning” or “Caution” return which identifies financial risk, unless the tenderer confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting within its permitted discretion under the applicable public procurement rules) that the tenderer does/would not present an unmanageable risk should it be appointed on to the proposed Framework Agreement.

III.1.3) Technical and professional ability

List and brief description of selection criteria

In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Technical and Professional

ability selection criteria apply.

-SPD (Scotland) Question 4C.10 – Subcontracting

-SPD (Scotland) Question 4C.12 - Certificates

-SPD (Scotland) Question 4D.1 - Quality Assurance Schemes and Health and Safety Procedures

-SPD (Scotland) Question 4D.2 - Environmental Management Standards

Minimum level(s) of standards possibly required

Further to the identified selection criteria outlined above, full guidance and the minimum levels of standards required are outlined in the

"1323 Technical and Professional Ability" document, which can be found in the "Contract

Notice" folder in the Buyer Attachment area, within itt_54336 of project 26425.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Scotland Excel will require the members of any tendering group of entities (including, but not limited to, consortium members, members of a group of economic operators and / or sub-contractors) to be jointly and severally liable for the performance of the contract (no matter the legal form taken by those entities in order to enter into the contract.

For full details of the conditions relevant to the proposed Framework, and contracts to be called-off there under (to the extent known or settled at this stage), please see the Procurement Documents (details of how to access these being set out in section " “I.3 (Communication” of this Contract Notice).


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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 30

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

Notice number: 2024/S 000-002354

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

Date

3 December 2024

Local time

12:00pm

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

Tender must be valid until: 23 June 2025

IV.2.7) Conditions for opening of tenders

Date

3 December 2024

Local time

12:00pm


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

Tenderers are advised that the envisaged maximum number of participants that might be appointed to the proposed framework agreement set out in section IV.1.3 of this contract notice is purely indicative. Scotland Excel reserves the right to appoint more or less bidders than the envisaged maximum number to the proposed framework agreement.

Rebates apply to this framework.

Further information regarding the operation of the framework and the tendering requirements can be found within the tender documentation which is available in the relevant PCS-T project for this procurement exercise.

Tenderers are requested to agree to the community benefits approach as set out in the ITT. Where agreed, if successful in award onto the framework and if a Work Order is awarded through the framework, contractors will be required to:

1. Upon award of the Work Order proactively engage with the Council to agree the selection of community benefit outcomes and how these will be monitored between the parties (including reporting and reviews).

2. Commence implementing the community benefits immediately, or as soon as reasonably possible, upon being appointed a Work Order.

3. Inform Scotland Excel of the selection of community benefit outcomes which have been agreed with the Council and report on the delivery these on a bi-annual basis in a format prescribed by Scotland Excel.

IMPORTANT NOTE FOR TENDERERS: Tenderers should note the specific requirements and evaluation approaches applicable to this tender as set out in the procurement documents.

Tenderers should note that bids may be excluded from evaluation (in whole, or in part) if they do not include the information required in accordance with the instructions given.

Further information and instructions are contained within the procurement documents.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26425. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26425. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Tenderers are requested to agree to the community benefits approach as set out in the ITT. Where agreed, if successful in award onto the framework and if a Work Order is awarded through the framework, contractors will be required to:

1. Upon award of the Work Order proactively engage with the Council to agree the selection of community benefit outcomes and how these will be monitored between the parties (including reporting and reviews).

2. Commence implementing the community benefits immediately, or as soon as reasonably possible, upon being appointed a Work Order.

3. Inform Scotland Excel of the selection of community benefit outcomes which have been agreed with the Council and report on the delivery these on a bi-annual basis in a format prescribed by Scotland Excel.

(SC Ref:765401)

VI.4) Procedures for review

VI.4.1) Review body

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures:

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI2015/446)(as amended) may bring proceedings in the Sheriff Court or the Court of Session.