Construction Contract Leads
West Midlands
Category Works
Type
No. of Lots 1
Status Active
Published 22nd Nov 2023
Reference | ocds-h6vhtk-041c1a |
Common Procurement Vocabulary | Construction work for highways, roads |
Procurement Method | Restricted procedure |
Value | £6,500,000 |
West Midlands
Category Works
Type
No. of Lots 1
Status Active
Published 22nd Nov 2023
Reference | ocds-h6vhtk-041c1a |
Common Procurement Vocabulary | Construction work for highways, roads |
Procurement Method | Restricted procedure |
Value | £6,500,000 |
Section I: Contracting authority
I.1) Name and addresses
Shropshire Council
Shirehall, Abbey Foregate
Shrewsbury
SY2 6ND
Contact
Nigel Denton - Procurement Manager
procurement [at] shropshire.gov.uk
Telephone
+44 1743252992
Country
United Kingdom
NUTS code
UKG22 - Shropshire CC
Internet address(es)
Main address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
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
DMNH 034 – Oswestry Innovation Park – Service Roads and Utilities
Reference number
DMNH 034
II.1.2) Main CPV code
- 45233100 - Construction work for highways, roads
II.1.3) Type of contract
Works
II.1.4) Short description
Shropshire Council wishes to appoint a main contractor to construct up to and including surface course level for three roads, namely, Road 1 / Spine Road, Road 2 and Road 3 at land off Mile End Roundabout, Oswestry, Shropshire – The Oswestry Innovation Park. Road 1 (Main / Spine Road) is circa 280m in length, Road 2 is circa 165m in length and Road 3 is circa 245m in length.
The works shall include the construction of the proposed pedestrian and cyclist connectivity, including a shared use footway cycleway between Shrewsbury Road Oswestry, the Oswestry pedestrian bridge (currently under construction) and the OIP. The main contractor shall be required to undertake the installation of all associated street lighting / electrical works, for the above. Including all necessary coordination with the electricity supplier / Distribution Network Operator (DNO), who provides the supply. Details of further associated works may be found in section II.2.4.
II.1.5) Estimated total value
Value excluding VAT: £6,500,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45112500 - Earthmoving work
- 45112700 - Landscaping work
- 45200000 - Works for complete or part construction and civil engineering work
- 45220000 - Engineering works and construction works
- 45223000 - Structures construction work
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233130 - Construction work for highways
- 71311220 - Highways engineering services
- 71322000 - Engineering design services for the construction of civil engineering works
- 71631480 - Road-inspection services
II.2.3) Place of performance
NUTS codes
- UKG22 - Shropshire CC
Main site or place of performance
Shropshire CC
II.2.4) Description of the procurement
Shropshire Council wishes to appoint a main contractor to construct up to and including surface course level for three roads, namely, Road 1 / Spine Road, Road 2 and Road 3 at land off Mile End Roundabout, Oswestry, Shropshire – The Oswestry Innovation Park. Road 1 (Main / Spine Road) is circa 280m in length, Road 2 is circa 165m in length and Road 3 is circa 245m in length.
The works shall include the construction of the proposed pedestrian and cyclist connectivity, including a shared use footway cycleway between Shrewsbury Road Oswestry, the Oswestry pedestrian bridge (currently under construction) and the OIP. The main contractor shall be required to undertake the installation of all associated street lighting / electrical works, for the above. Including all necessary coordination with the electricity supplier / Distribution Network Operator (DNO), who provides the supply. In addition, the main contractor shall be required to complete associated earthworks, drainage and service ducts, road pavements, kerbs, footways, cycleways and paved areas street lighting, traffic signs, road lighting columns and associated electrical works, landscape and ecology and utilities.
The hybrid planning application which includes the spine road (road 1) may be found here: https://pa.shropshire.gov.uk/online-applications/applicationDetails.do?activeTab=summary&keyVal=QPX8UBTDLIF00
Shropshire Council intends to appoint a main contractor following a restricted procedure process in accordance with The Public Contract Regulations 2015. Shropshire Council intends to invite 5 (five) Candidates to tender who have passed all “pass / fail” questions, have not been excluded for failing to score 3 (three) marks or more for each scored question and have the highest weighted scores. All other Candidates will be excluded from the process. In the event fewer than 5 (five) Candidates submit a PQQ response then all Candidates who have submitted a response will be invited to submit a tender subject to each remaining Candidate: (1) passing all “pass / fail” questions; and (2) not being excluded from the selection process by Shropshire Council as a result of receiving a score of 0 marks, 1 mark or 2 marks in respect of 1 (one), or more of the scored questions.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Cost criterion - Name: Price / Weighting: 60
II.2.6) Estimated value
Value excluding VAT: £6,500,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
25 March 2024
End date
30 June 2025
This contract is subject to renewal
No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents
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
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
As set out in the procurement documents.
III.1.2) Economic and financial standing
List and brief description of selection criteria
Selection criteria as stated in the procurement documents
Minimum level(s) of standards possibly required
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
List and brief description of selection criteria
Selection criteria as stated in the procurement documents
Minimum level(s) of standards possibly required
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As stated in the Tender Information Document and to be supplemented by the contract documents attached to the ITT.
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
22 December 2023
Local time
12:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
15 January 2024
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
Duration in months: 6 (from the date stated for receipt of tender)
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.Shropshire Council reserves the right to discontinue this procurement at any stage, reject all or any of the bids for the competition and not to appoint any Tenderer. Shropshire Council shall not be liable for any costs incurred by those participating in this procurement process under any circumstances.
The award of this contract is subject to governance approvals within Shropshire Council and roads 2 and 3 receiving planning approval with this listed for planning determination on 2 February 2024
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Construction-work-for-highways%2C-roads./BUTV6ABJRP" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Construction-work-for-highways%2C-roads./BUTV6ABJRP
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/BUTV6ABJRP" target="_blank">https://www.delta-esourcing.com/respond/BUTV6ABJRP
GO Reference: GO-20231122-PRO-24559056
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice, The Strand
Shirehall
London
WC2A 2LL
Country
United Kingdom