Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

South East & Wales Demolition Framework

  • First published: 25 November 2022
  • Last modified: 25 November 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-126356
Published by:
Cardiff Council
Authority ID:
AA0422
Publication date:
25 November 2022
Deadline date:
20 January 2023
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This opportunity is to establish the South East and Wales Demolition Framework (the “Framework Agreement”), for those listed: - Within the Invitation to Tender - Within the Find a Tender Service (FTS) Contract Notice; and/or - Schedule 3 of the Framework Agreement (together the “Potential Employers”), for the supply of demolition project services (the "Services", as further described in the specifications found at Schedule 2 and Schedule 3 of theITT (the "Specifications")) by a number of framework contractors (the "Contractors"). As part of this opportunity, the County Council of the City and County of Cardiff (the “Contracting Authority”) will also be running a procurement for a call-off contract under Lot 6a of the Framework Agreement for the demolition of Aberthaw Power Station (the “Aberthaw Contract”) on behalf of the CCR Energy Limited ("CCR"). CCR Energy has now been registered as a private company limited by shares, incorporated in England and Wales under the Companies Act 2006 on 3 March 2022. CCR Energy has been established on behalf of the 10 Councils in connection with the acquisition of the former Aberthaw Power Station site and the subsequent demolition, remediation, masterplanning and ultimate redevelopment into an exemplar green energy generation park that is anticipated to include a tidal energy scheme; solar farm; on and offshore wind farms; battery storage; and a data centre. CPV: 45111100, 45111100, 45111000, 45110000, 45111213, 45111200, 45262660, 90650000, 90722200, 98391000, 45112340, 45110000, 45111000, 45111100, 45111200, 45111213, 98391000, 45112340, 90722200, 45262660, 90650000, 45110000, 45111000, 45111100, 98391000, 45112340, 90722200, 45262660, 90650000, 45110000, 45111000, 45111100, 45112340, 90722200, 98391000, 45100000, 45111200, 45111213, 45262660, 90650000, 45111000, 45111100, 45110000, 98391000, 45112340, 90722200, 45100000, 45111213, 45110000, 45111000, 45111100, 45112340, 90722200, 98391000, 45100000, 45111200, 45111213, 45262660, 90650000, 45111100, 45111000, 45110000, 45262660, 90650000, 45100000, 45111200, 45111213, 45111213, 45111200.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Cardiff Council

County Hall, Atlantic Wharf

Cardiff

CF10 4UW

UK

Telephone: +44 2920873732

E-mail: corporate.procurement@cardiff.gov.uk

NUTS: UKL22

Internet address(es)

Main address: www.cardiff.gov.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422

I.2) 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://supplierlive.proactisp2p.com/Account/Login


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://supplierlive.proactisp2p.com/Account/Login


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

South East & Wales Demolition Framework

Reference number: ERFX1006340

II.1.2) Main CPV code

45111100

 

II.1.3) Type of contract

Works

II.1.4) Short description

This opportunity is to establish the South East and Wales Demolition Framework (the “Framework Agreement”), for those listed:

- Within the Invitation to Tender

- Within the Find a Tender Service (FTS) Contract Notice; and/or

- Schedule 3 of the Framework Agreement

(together the “Potential Employers”), for the supply of demolition project services (the "Services", as further described in the specifications found at Schedule 2 and Schedule 3 of theITT (the "Specifications")) by a number of framework contractors (the "Contractors").

As part of this opportunity, the County Council of the City and County of Cardiff (the “Contracting Authority”) will also be running a procurement for a call-off contract under Lot 6a of the Framework Agreement for the demolition of Aberthaw Power Station (the “Aberthaw Contract”) on behalf of the CCR Energy Limited ("CCR").

CCR Energy has now been registered as a private company limited by shares, incorporated in England and Wales under the Companies Act 2006 on 3 March 2022. CCR Energy has been established on behalf of the 10 Councils in connection with the acquisition of the former Aberthaw Power Station site and the subsequent demolition, remediation, masterplanning and ultimate redevelopment into an exemplar green energy generation park that is anticipated to include a tidal energy scheme; solar farm; on and offshore wind farms; battery storage; and a data centre.

II.1.5) Estimated total value

Value excluding VAT: 60 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 – Demolition Works up to the value of 250,000.00GBP

II.2.2) Additional CPV code(s)

45111100

45111000

45110000

45111213

45111200

45262660

90650000

90722200

98391000

45112340

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Demolition and associated works up to the value of 250,000.00GBP per contract.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Contracting Authority may re-procure prior to the expiry of this iteration.

II.2.9) Information about the limits on the number of candidates to be invited

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

The Contracting Authority reserves the right to cancel, pause, halt or award all or part (including cancelling, pausing, halting or awarding any individual lot(s) and/or progressing or awarding some of the lots only) of the tender process at any point.

Lot No: 2

II.2.1) Title

Lot 2 – Demolition Works - 250,001.00GBP - 500,000.00GBP

II.2.2) Additional CPV code(s)

45110000

45111000

45111100

45111200

45111213

98391000

45112340

90722200

45262660

90650000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Demolition and associated works between the values of 250,001.00GBP - 500,000.00GBP per contract.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Contracting Authority may re-procure the Framework prior to the expiry of this iteration.

II.2.9) Information about the limits on the number of candidates to be invited

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

The Contracting Authority reserves the right to cancel, pause, halt or award all or part (including cancelling, pausing, halting or awarding any individual lot(s) and/or progressing or awarding some of the lots only) of the tender process at any point.

Lot No: 3

II.2.1) Title

Lot 3 – Demolition Works - 500,001.00GBP - 1,000,000.00GBP

II.2.2) Additional CPV code(s)

45110000

45111000

45111100

98391000

45112340

90722200

45262660

90650000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Demolition and associated works between the values of 500,001.00GBP - 1,000,000.00GBP per contract.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Contracting Authority may re-procure prior to the expiry of this iteration.

II.2.9) Information about the limits on the number of candidates to be invited

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

The Contracting Authority reserves the right to cancel, pause, halt or award all or part (including cancelling, pausing, halting or awarding any individual lot(s) and/or progressing or awarding some of the lots only) of the tender process at any point.

Lot No: 4

II.2.1) Title

Lot 4 – Demolition Works - 1,000,001.00GBP - 5,000,000.00GBP

II.2.2) Additional CPV code(s)

45110000

45111000

45111100

45112340

90722200

98391000

45100000

45111200

45111213

45262660

90650000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Demolition and associated works between the values of 1,000,001.00GBP - 5,000,000.00GBP per contract.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

This Framework may be re-procured prior to the expiry of this iteration.

II.2.9) Information about the limits on the number of candidates to be invited

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

The Contracting Authority reserves the right to cancel, pause, halt or award all or part (including cancelling, pausing, halting or awarding any individual lot(s) and/or progressing or awarding some of the lots only) of the tender process at any point.

Lot No: 5

II.2.1) Title

Lot 5 – Demolition Works - 5,000,001.00GBP - 10,000,000.00GBP

II.2.2) Additional CPV code(s)

45111000

45111100

45110000

98391000

45112340

90722200

45100000

45111213

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Demolition and associated works between the values of 5,000,001.00GBP - 10,000,000.00GBP per contract.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

This Framework may be re-procured prior to the expiry of this iteration.

II.2.9) Information about the limits on the number of candidates to be invited

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

The Contracting Authority reserves the right to cancel, pause, halt or award all or part (including cancelling, pausing, halting or awarding any individual lot(s) and/or progressing or awarding some of the lots only) of the tender process at any point.

Lot No: 6

II.2.1) Title

Lot 6 – Demolition Works - 10,000,001.00GBP+

II.2.2) Additional CPV code(s)

45110000

45111000

45111100

45112340

90722200

98391000

45100000

45111200

45111213

45262660

90650000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Demolition and associated works of 10,000,001GBP+ per contract.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Framework may be re-procured prior to the expiry of this iteration.

II.2.9) Information about the limits on the number of candidates to be invited

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

The Contracting Authority reserves the right to cancel, pause, halt or award all or part (including cancelling, pausing, halting or awarding any individual lot(s) and/or progressing or awarding some of the lots only) of the tender process at any point.

Lot No: 7

II.2.1) Title

Lot 6a – Demolition of Aberthaw Power Station Works Contract

II.2.2) Additional CPV code(s)

45111100

45111000

45110000

45262660

90650000

45100000

45111200

45111213

II.2.3) Place of performance

NUTS code:

UKL22

II.2.4) Description of the procurement

As part of this opportunity, the County Council of the City and County of Cardiff (the “Contracting Authority”) will also be running a procurement for a call-off contract under Lot 6a of the Framework Agreement for the demolition of Aberthaw Power Station (the “Aberthaw Contract”) on behalf of the CCR Energy Limited ("CCR").

Aberthaw Power Station is a coal fired power station located in Aberthaw, Vale of Glamorgan on the south coast of Wales (the ‘Site’). The site comprises buildings and other features associated with the Aberthaw B coal-fired power station. This was constructed in the late 1960s and opened in 1971, operating alongside Aberthaw A which was officially ‘opened’ in 1963. Aberthaw A operated until 1995 and was demolished by 1998, whilst Aberthaw B closed in March 2020. The Contract for demolition of Aberthaw Power Station is due to be awarded and for works to commence in 2023.

The Contractor shall enter into a ‘Fixed Price’ design and demolish Contract with CCR and undertake the works in compliance with the stated performance requirements and objectives described in this Scope. The project will involve the design, management and implementation of decontamination and demolition works to meet the CCR’s objectives at Aberthaw Power Station. The Contractor is to undertake duties as Principal Contractor and Principal Designer and is responsible for all design.

A number of stages of work may be required to fulfil the objectives as a single works package. Under the terms of Contract, the Contractor will be required to determine, design and implement the works that are required in order to deliver the Scope. The detailed requirements of the works are set out in the tender documentation. Accompanying drawings, records and details are provided within the Site Information.

The Contractor should note that they will be responsible for site security and asset management elements during the demolition works. These are outlined in detail but in summary these works will include maintenance of all drainage systems, operations of skimmers and interceptors, ongoing dewatering of basements and deep structures, monitoring of cooling water inlet and outlet systems (including off-shore CW structures), maintenance and repair of stack lighting and off-shore caisson lighting and operation of all associated asset management systems. Please refer to tender documentation for further information.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 42

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for a further twelve (12) months.

II.2.9) Information about the limits on the number of candidates to be invited

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

The Contracting Authority reserves the right to cancel, pause, halt or award all or part (including cancelling, pausing, halting or awarding any individual lot(s) and/or progressing or awarding some of the lots only) of the tender process at any point.

Lot No: 8

II.2.1) Title

Lot 7 – Site Clearance up to the value of 10,000,000.00GBP+

II.2.2) Additional CPV code(s)

45111213

45111200

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Site Clearance works up to the value of 10,000,000.00GBP+ per contract.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The Framework may be re-procured prior to the expiry of this iteration.

II.2.9) Information about the limits on the number of candidates to be invited

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

The Contracting Authority reserves the right to cancel, pause, halt or award all or part (including cancelling, pausing, halting or awarding any individual lot(s) and/or progressing or awarding some of the lots only) of the tender process at any point.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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.2) Conditions related to the contract

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 with several operators.

Envisaged maximum number of participants to the framework agreement: 42

IV.1.8) Information about 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 in the OJ S:

2022/S 000-029765

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

Date: 20/01/2023

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

CY

IV.2.7) Conditions for opening of tenders

Date: 20/01/2023

Local time: 12:00

Place:

All tender documentation must be submitted on the Proactis Portal, a secure e-tendering portal in which all submissions are unable to be viewed until after the closing date and time.

Information about authorised persons and opening procedure:

Once the closing date and time has passed, the procurement officer will be able to view the submissions and check for compliance prior to undertaking the evaluation.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

The Contracting Authority may re-procure this requirement prior to the expiry of this iteration.

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

Please note that this ITT is issued by the Contracting Authority and further information on who can utilise the Framework is available within the Invitation to Tender.

The participating Potential Employers are:-

Blaenau Gwent County Borough Council;

Bridgend County Borough Council;

The County Council of the City of Cardiff;

Cardiff Capital Region (including any future Corporate Joint Committee and/or subsidiary or successor body/ies such as CCR Energy Limited);

Caerphilly County Borough Council;

Denbighshire County Borough Council;

Flintshire County Borough Council;

Monmouthshire County Council;

Merthyr Tydfil County Borough Council;

Neath Port Talbot County Borough Council;

Newport City Council;

Pembrokeshire County Council;

Powys County Council;

Rhondda Cynon Tâf County Borough Council;

Torfaen County Borough Council;

Vale of Glamorgan Council;

Wrexham County Borough Council;

In addition, the following contracting authorities may also utilise this framework -

Welsh Government and its sponsored bodies and legal entities (including companies) owned or controlled by it (for example (but without limitation) Transport for Wales, Natural Resources Wales, the National Library of Wales and Cardiff Airport). A list of the bodies falling within this category may be found at - https://gov.wales/register-devolved-public-bodies

Welsh Higher Education bodies

Welsh Further Education Colleges

NHS Local Health Boards and NHS Trusts in Wales

Welsh Housing Associations/registered social landlords

Welsh Local Authorities as described at: http://gov.wales/topics/localgovernment/unitary-authorities/?lang=en

Schools, sixth-form colleges, foundation schools and academies in Wales (but not independent schools)

HM Inspectorate of Schools in Wales (Estyn)

Police and Crime Commissioners and Police Forces in Wales

Police Forces in Wales

Fire Authorities (including Fire and Rescue Services) in Wales

Transport for Wales and its subsidiaries

Canal and River Trust in Wales

Central government departments, to the extent that they are based in or operate in Wales

Agencies or sponsored bodies of the above central government bodies, to the extent that they are based in or operate in Wales,

Joint Ventures or collaborations between Welsh Local Authorities or any combination of the bodies listed above;

Any successors to any of the above bodies in the exercise of their statutory or public functions, including (without limitation), by reason of abolition, merger, boundary change, replacement or otherwise; Trusts, charities, social enterprises, mutuals and community interest companies.

Other public bodies exercising their functions in, or in relation to, Wales but not specifically referred to above.

The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.gov.wales) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

In accordance with the Framework Social Value Charter and Framework level commitments, as well as meeting Employers Project Specific Requirements at Call-Off.

(WA Ref:126356)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

25/11/2022

Coding

Commodity categories

ID Title Parent category
90650000 Asbestos removal services Cleaning and sanitation services in urban or rural areas, and related services
45262660 Asbestos-removal work Special trade construction works other than roof works
45110000 Building demolition and wrecking work and earthmoving work Site preparation work
98391000 Decommissioning services Other services
45111100 Demolition work Demolition, site preparation and clearance work
45111000 Demolition, site preparation and clearance work Building demolition and wrecking work and earthmoving work
90722200 Environmental decontamination services Environmental rehabilitation
45111200 Site preparation and clearance work Demolition, site preparation and clearance work
45100000 Site preparation work Construction work
45111213 Site-clearance work Demolition, site preparation and clearance work
45112340 Soil-decontamination work Excavating and earthmoving work

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
corporate.procurement@cardiff.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.