Construction Contract Leads
No location provided
Category Works
Type
No. of Lots 4
Status Active
Published 1st Nov 2024
Reference | ocds-h6vhtk-0433fd |
Common Procurement Vocabulary | Building demolition and wrecking work and earthmoving work |
Procurement Method | Open procedure |
Value | £68,000,000 |
No location provided
Category Works
Type
No. of Lots 4
Status Active
Published 1st Nov 2024
Reference | ocds-h6vhtk-0433fd |
Common Procurement Vocabulary | Building demolition and wrecking work and earthmoving work |
Procurement Method | Open procedure |
Value | £68,000,000 |
Section I: Contracting authority
I.1) Name and addresses
Scotland Excel
Renfrewshire House, Cotton Street
Paisley
PA1 1AR
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.