Demolition Services Framework Agreement (F0191).

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Birmingham City Council
Corporate Procurement Services, PO Box 10680
For the attention of: Debi Tingle
B4 7WB Birmingham
UNITED KINGDOM
Telephone: +44 7940055088

Internet address(es):

General address of the contracting authority: http://www.birmingham.gov.uk

Electronic access to information: http://in-tendhost.co.uk/birminghamcc/

Electronic submission of tenders and requests to participate: http://in-tendhost.co.uk/birminghamcc/

Further information can be obtained from: Birmingham City Council
Corporate Procurement Services, PO Box 10680
For the attention of: Debi Tingle
B4 7WB Birmingham
UNITED KINGDOM
Telephone: +44 7940055088
Internet address: http://birmingham.gov.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Birmingham City Council
Corporate Procurement Services, PO Box 10680
B4 7WB Birmingham
UNITED KINGDOM

Tenders or requests to participate must be sent to: Birmingham City Council
Corporate Procurement Services, PO Box 10680
B4 7WB Birmingham
UNITED KINGDOM
Internet address: http://in-tendhost.co.uk/birminghamcc/

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Demolition Services Framework Agreement (F0191).
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Birmingham, West Midlands.

NUTS code UKG31

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 24

Duration of the framework agreement

Duration in months: 77
Justification for a framework agreement, the duration of which exceeds four years: Due to the amount of investment required by the contractors eg for equipment and the major works to be procured nder the framework.
II.1.5)Short description of the contract or purchase(s)
Suitably experienced and qualified demolition service contractors are invited to tender for inclusion on a Framework Agreement to carry out demolition services work for Birmingham City Council and other public sector organisations within the West Midlands that choose to use the arrangement. The framework agreement will include four (4) lots and will run for 29 months and includes the option to extend for up to 2 periods of 2 years each period.
II.1.6)Common procurement vocabulary (CPV)

45110000, 45111000, 45111100

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The framework agreement will have four (4) lots which cover a range of demolition services that may be required. Organisations will be able to call off against the framework for via either a mini-competition process or directly with one supplier for the relevant lot.
II.2.2)Information about options
Options: yes
Description of these options: The initial contract is for 29 months with the option to extend for up to two (2) 24 month periods for each period.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 77 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Lot 1 - contracts estimated at up to £100k.
1)Short description
Will be for the provision of demolitions and associated works of domestic dwellings and small commercial premises, either singular or grouped into similar types, ranging from single storey houses through to medium rise blocks of flats up to 6 storeys in height with a maximum estimated contract value of up to £100 000.
2)Common procurement vocabulary (CPV)

45110000, 45111000, 45111100

3)Quantity or scope
Demolition services with a maximum estimated contract value of up to £100,000.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Lot 2 - contracts estimated over £100k and up to £400k.
1)Short description
Will be for the provision of demolitions and associated works of domestic dwellings and small commercial premises, either singular or grouped into similar types, ranging from single story houses through to medium rise blocks of flats up to 16 storeys in height with a contract value estimated in excess of £100 000 and up to £400 000.
2)Common procurement vocabulary (CPV)

45110000, 45111000, 45111100

3)Quantity or scope
Lot 2 - contract value estimated in excess of £100 000 and up to £400 000.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Lot 3 - contracts estimated in excess of £400k.
1)Short description
Will be for the provision of demolitions and associated works of domestic dwellings and small commercial premises, either singular or grouped into similar types, ranging from single storey houses through to high rise blocks of flats with a contract value estimated in excess of £400 000.
2)Common procurement vocabulary (CPV)

45110000, 45111000, 45111100

3)Quantity or scope
Lot 3 - contracts estimated in excess of £400 000.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Lot 4 - contracts requiring specialist demolition techniques.
1)Short description
Will be for the provision of demolitions and associated works generally of complex or difficult structures either singular or grouped together, requiring either specialised mechanical or explosive methods.
2)Common procurement vocabulary (CPV)

45110000, 45111000, 45111100

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent Company; Performance Bond or other guarantees may be required depending on the financial status of the company.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As outlined in the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability. If a consortium, one member will be required to accept prime contractor responsibility for the other member (s). A consortium maybe required to form a legal entity with the appropriate parent company guarantees as a condition of the contract. All sub-contractors will be the responsibility of the legal entity awarded the contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The ability to provide all the services outlined in the specification and have the ability to provide demolition services in sometimes challenging timescales to meet urgent requirements.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: Information concerning the personal situation of the contractor, supplier or service provider and information and formalities necessary for the evaluation of the minimum economic, financial and technical capacity required. Suppliers should register their interest by using the following link: https://in-tendhost.co.uk/birminghamcc/. Bidders shall demonstrate that the supplier, its directors or any other person who has powers of representation, decision or control is not guilty of an offence listed in Regulations 23 (1) of the Public Contracts Regulations.

III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Suppliers must be in a sound financial position to participate in procurement activity of this size as set out in Regulation 24 of the Public Contracts Regulations 2006 (SI 2006.No.5).
Minimum level(s) of standards possibly required: As outlined in the tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Suppliers will need to be able to demonstrate technical and professional ability and must possess a successful track record of providing similar services to those.
Listed in the tender documentation and as set out in Regulation 25 of the Public Contracts Regulations 2006 (SI 2006.No.5).
Minimum level(s) of standards possibly required:
As outlined in the tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
F0191
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
3.1.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Birmingham City Council (BCC) will incorporate a minimum ten calender day standstill period at the point information when the contract award is communicated to the tenderers. This period allows unsuccessful tenderers to seek further debriefing from BCC before the contract is entered into. Such addtional information should be requested from the address in Section VI.4.1 of this notice. If an appeal regarding the award of the.
Contract has not been successfully resolved, the UK Public Contracts Regulations 2206 (SI 2206 No.5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (Engalnd, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). If successful the court may order the contract ineffective / set aside the contract / award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
23.11.2012

Other interesting websites