National Framework for Demolition and Land Preparation

Award

Value

£1,100,000,000

Classifications

  • Building demolition and wrecking work and earthmoving work
  • Excavating and earthmoving work
  • Asbestos-removal work
  • Landscaping work
  • Excavating work
  • Environmental decontamination services
  • Siteworks
  • Trench-digging work
  • Dismantling works
  • Soil-stripping work
  • Site preparation and clearance work
  • Demolition, site preparation and clearance work
  • Demolition work
  • Earthmoving work
  • Infill and land-reclamation work
  • Cut and fill

Tags

  • award
  • contract

Published

3 years ago

Description

Added Value Portal t/a Pagabo, acting on behalf of Rugby Borough Council, have appointed a range of Contractors specialising in various aspects of demolition and land preparation works to a national framework solution, available to all public sector bodies, including charities, within the UK (the full list is available in the Tender synopsis on the In-Tend portal – https://in-tendhost.co.uk/pagabo). The Contractors will provide a full range of services across a range of geographic regions, project types and value bands. The framework is divided into 5 Lots, up to 15 regions and 9 project types, which will operate with a maximum of 9 Contractors per project type per region per lot. The framework will cover, all types of demolition and land preparation schemes. The term of this framework agreement is for a period of 4 years from April 2022. The procurement involved a single stage process following a Public Contract Regulations 2015 Open Procedure.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Supply Chain Notice: WC1701345 - (DHE) CIDP25 Demolitions (Works) (CYPRUS)

The project consists of the demolition of 18 No. assets and associated infrastructure with the objective of returning the area to brownfield status. The work in its entirety is located within the confines of the Dhekelia Primary School. The scope also includes an element of asbestos removal that needs to be taken into consideration as part of this tender and includes the respective temporary storage of the asbestos at the transit asbestos compound in the EESA at Akrotiri. Furthermore, note that the works include the removal of underground services and associated earthworks. Maintenance of comprehensive data (type, weight, volume, tipping site) of the rubble waste and other scrap recyclable material collected and removed is a deliverable of this project. Substantial enabling works have already been carried out and therefore will not form part of the scope of this tender: - Isolation of services (water, electricity, telecommunications and sewage). - Surveys for asbestos demolition and quantification. - Surveys for European Protected Species. - VAT Surveys for scrap material. The Provisional Key Tender dates for the project are as follows: - Expression of interest: Wednesday 17/09/2025 - Expression of interest return: Tuesday 23/09/2025 - Invitation to Tender: Wednesday 24/09/2025 - Tender Return Date: Monday 20/10/2025 - Contract award: Friday 19/12/2025 - Commencement of work: Thursday 08/01/2026 - Completion of work: Tuesday 24/03/2026 The currency of this project is Euro (€). The location of this project is Dhekelia, Cyprus (British Forces). Additional information: Any company wishing to participate in this tender should complete the Pre-Qualification Questionnaire (PQQ) and the EOI form which are attached and return them electronically to the above email address by no later than 12:00 EET on 23/09/2025. For companies that have submitted a PQQ within the last 12 months, there is no requirement to re-submit it. They must provide the details of their last PQQ submission to guarantee inclusion on the invitation list

Open

Compliance Services

Norwich City Council ((NCC) is seeking to appoint a single contractor to deliver a long-term Compliance Services Contract covering (but not restricted to) statutory inspection, testing, servicing, maintenance, repairs and associated upgrades across its housing stock and communal areas. The scope of services will include, but is not limited to, emergency and communal lighting, fire alarms and detection systems, automatic opening vents, warden call systems, domestic flat entrance door inspections, lateral and rising mains, access control systems, high-rise building ventilation, lightning protection, cold water storage tanks, dry risers, legionella risk assessments, and refuse chute cleaning. NCC reserve the right to include other relevant and appropriate services to this Contract at any time during the term. The Contract will run for an initial term of five years, with the option to extend for up to two further periods of five years each, giving a maximum possible duration of fifteen years using the JCT MTC (2024) form of Contract with a schedule of amendments, and will be awarded to a single Contractor. The estimated total contract value is £35.1 million inclusive of VAT. The procurement will be conducted under the Open Procedure in line with the Procurement Act 2023 and associated Procurement Regulations 2024, and the contract will be awarded on the basis of the Most Advantageous Tender, using a 60/40 quality to price weighting. The primary CPV code for this procurement is 50710000 (Repair and maintenance services of electrical and mechanical building installations), with additional relevant CPV codes covering specialist workstreams including legionella risk assessments, refuse chute cleaning, fire alarm systems, electrical installations and mechanical engineering works. The services are to be delivered across Norwich and the wider Norfolk area. NCC reserve the right to cancel the procurement and not to proceed with the Contract at any stage of the procurement process. NCC also reserves the right not to award the Contract. Neither NCC nor any person on whose behalf this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for the Contract.

Katy Reed

Published 1 day ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete