Homes and Communities Agency has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Capitol Park Spine Road Phase 2 |
Notice type: | Contract Notice |
Authority: | Homes and Communities Agency |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | The Homes and Communities Agency (HCA) is procuring the design and construction of a new spine road approximately 1km in length, comprising a 2-way single carriageway route with several priority junctions along its length to facilitate industrial development. |
Published: | 04/10/2013 14:20 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
The Homes and Communities Agency
1st Floor Lateral House, 8 City Walk, Leeds, LS11 9AT, United Kingdom
Tel. +44 1133949381, Fax. +44 1133949380, Email: capitolspineroad@hca.gsi.gov.uk, URL: www.homesandcommunities.co.uk
Attn: Amanda Oliver
Further information can be obtained at: ANNEX A.I
Specifications and additional documents: ANNEX A.II
Tenders or requests to participate must be sent to: ANNEX A.III
I.2)Type of the contracting authority:
National or federal agency/office
I.3) Main activity:
Housing and community amenities
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: WORKS
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Capitol Park Spine Road Phase 2
II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS
Design and Execution
Region Codes: UKE13 - North and North East Lincolnshire
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Construction work for highways, roads. Culverts. Drainage construction works. Landscaping work for roads and motorways. Engineering design services for the construction of civil engineering works. Approval plans, working drawings and specifications. The Homes and Communities Agency (HCA) is procuring the design and construction of a new spine road approximately 1km in length, comprising a 2-way single carriageway route with several priority junctions along its length to facilitate industrial development.
II.1.6)Common Procurement Vocabulary:
45233100 - Construction work for highways, roads.
45221220 - Culverts.
45232450 - Drainage construction works.
45112730 - Landscaping work for roads and motorways.
71322000 - Engineering design services for the construction of civil engineering works.
71245000 - Approval plans, working drawings and specifications.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
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 contracting authority is looking to appoint a contractor who is able to complete the design and construction of the new spine road approximately 1km in length, comprising:
- 2 way single carriageway route with several priority junctions along its length to accommodate future development plots,
- underground surface water storage and attenuation tanks,
- drainage ditch diversions,
- surface and foul water systems, including pumping stations,
- ground stabilisation works,
- new signalised junction and altered priorities at the new junction with Andersen road,
- new service provision,
- 66KV diversion from overhead to underground along the line of the spine road along with other utilities and associated works.
The proposed road runs between an existing roundabout at its western extremity, adjacent to the Tesco distribution facility off Rawcliffe road, to a new signalised junction at its eastern extremity at its interface with Andersen road. The highway generally consists of a 10.00m wide carriageway, a 2.00m verge both sides, a 3.00m wide cycle path / footpath both sides, a 1.50m landscaping strip and a fence both sides. The highway works include all traffic islands, 4 site access points, drainage, white lining, highway signage, kerbing, surfacing and street lighting. The scheme is to be designed and constructed to adoptable standards, including drainage works and utilities works to accommodate future development. Following construction, it will subsequently be adopted by the local authority, East Riding of Yorkshire Council.
It is anticipated that the works will be carried out under an NEC ECC Option A contract.
Estimated value excluding VAT: 16,000,000
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 16 (from the award of the contract)
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:
The HCA reserves the right to require deposits, guarantees, collateral warranties, bonds and / or other forms of appropriate security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details are provided in the Memorandum of Information (MoI) and Pre-Qualification Questionnaire (PQQ) documents, available by emailing Mott MacDonald via the address provided.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The HCA reserves the right to require groupings of providers to take a particular legal form or to require a single provider to take primary liability or to require that each party undertakes joint and several liability irrespective of the legal form of the contracting entity. Details are provided in the MoI and PQQ documents, available by emailing Mott MacDonald via the address provided.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
Details are provided in the MoI and PQQ documents, available by emailing Mott MacDonald via the address provided.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Applicants will be assessed in accordance with Part V of the Public Contracts Regulations 2006 (‘the Regulations’) which implement Title 2 Chapter 7 Section 2 of the 2004/18/EC Directive on the basis of information provided in response to the PQQ. Copies of the MoI and PQQ can be obtained by emailing Mott MacDonald via the address provided.
Completed responses to PQQ must be returned via the same email address before the deadline for receipt of responses as notified in the PQQ.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
Evaluation information required from applicants will be stated in the MoI and PQQ, available by emailing Mott MacDonald via the address provided.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
Applicants will be required to demonstrate that they will be able to comply with the minimum requirements as set out in the MoI and PQQ, in respect of the organisation's technical ability to deliver the contracting authority's requirements.
Minimum Level(s) of standards possibly required:
Evaluation information required from applicants will be stated in the MoI and PQQ, available by emailing Mott MacDonald via the address provided.
III.2.4)Information about reserved contracts: Not Provided
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:
Envisaged minimum number: 5 and maximum number: 8
Objective Criteria for choosing the limited number of candidates:
Refer to the MoI and PQQ documentation.
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: HCAE14049
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJEU: 2013/S 174 - 299989 of 07/09/2013
Other previous publications: 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
Date: 04/11/2013
Time: 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: Not Provided
Section VI: Complementary Information
VI.1)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: Yes
Reference to project(s) and/or programme(s): Priority 2 of the ERDF Operational Programme 2007-13.
VI.3)Additional Information: The estimated contract value at II.2.1 has been changed since the PIN notice following an updated cost plan.
All discussions, meetings and communications will be conducted in English.
The contract will be subject to English law. Tenders and all supporting documents must be priced in GBP and all payments under the contract will be made in GBP.
This procurement and award is subject to the transparency arrangements being adopted by the UK Government. These arrangements include the publication of tender documentation issued by the HCA and the contract between the HCA and supplier. Bidders should highlight any areas they consider commercially sensitive in order for the HCA to be able to honour our transparency obligations without undermining the bidders commercial interests.
Candidates are advised that the HCA is subject to the Freedom of Information Act 2000 ("The Act"). If a candidate considers that any of the information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidential or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. The HCA shall take such statements into consideration in the event that it receives a request pursuant to the Act which relates to the information provided by the interested party. Please note, it is insufficient to include a statement of confidentiality encompassing all the information provided in the response.
The HCA takes a zero-tolerance approach to bribery and corruption and sets high standards of impartiality, integrity and objectivity in relation to the stewardship of public funds and the management of its activities. The principles contained within this policy apply to both internal and external audiences, including anyone wishing to undertake business or engage with the HCA. Please refer to our Anti-bribery and Corruption Policy by visiting http://www.homesandcommunities.co.uk/ethical-policies for further information.
All dates included in this notice are provisional and potentially subject to revision.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=75482834
GO-2013104-PRO-5175953 TKR-2013104-PRO-5175952
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
The Homes and Communities Agency
St Georges House, Kingsway, Team Vallley, Gateshead, NE11 0NA, United Kingdom
Body responsible for mediation procedures:
The Homes and Communities Agency
St Georges House, Kingsway, Team Valley, Gateshead, NE11 0NA, United Kingdom
VI.4.2)Lodging of appeals: The contracting authority will incorporate a minimum of 10 calendar days standstill period at thepoint information on the award of the contract is communicated to tenderers. This period allows unsuccessfultenderers to consider the decision and highlight any errors in the award process. Such appeals should beaddressed to the contact in I.1. If an appeal regarding the award of a contract has not been successfullyresolved, Public Contracts Regulations 2006 (SI 2006 No. 5) and any amendments thereon provide foraggrieved parties to take action in the High Court (England, Wales and Northern Ireland). Any such actionmust be brought promptly and the intention to take action brought to the attention of the contracting authority toenable suspension of award proceedings.
VI.4.3)
Service from which information about the lodging
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 04/10/2013
ANNEX A
I) Addresses and contact points from which further information can be obtained:
Mott MacDonald Ltd
Mott MacDonald House, 111 Marys Road, Sheffield, S2 4AP, United Kingdom
Tel. +44 1142283833, Fax. +44 1142724699, Email: james.tweddell@mottmac.com
Attn: James Tweddell
II) Addresses and contact points from which specifications and additional documents can be obtained:
Mott MacDonald Ltd
Mott MacDonald House, 111 Marys Road, Sheffield, S2 4AP, United Kingdom
Tel. +44 1142283833, Fax. +44 1142724699, Email: james.tweddell@mottmac.com
Attn: James Tweddell
III) Addresses and contact points to which tenders/requests to participate must be sent:
Mott MacDonald Ltd
Mott MacDonald House, 111 Marys Road, Sheffield, S2 4AP, United Kingdom
Tel. +44 1142283833, Fax. +44 1142724699, Email: james.tweddell@mottmac.com
Attn: James Tweddell
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Leeds: Construction work for highways, roads.
I.1)Name, Addresses and Contact Point(s):
The Homes and Communities Agency
1st Floor Lateral House, 8 City Walk, Leeds, LS11 9AT, United Kingdom
Tel. +44 1133949380, Fax. +44 1133949380, Email: capitolspineroad@hca.gsi.gov.uk, URL: www.homesandcommunities.co.uk
Attn: Amanda Keeton
I.2)Type of the contracting authority:
National or federal agency/office
I.3) Main activity:
Housing and community amenities
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: Capitol Park Spine Road Phase 2
II.1.2)Type of contract and location of works:
WORKS
Design and Execution
Region Codes: UKE13 - North and North East Lincolnshire
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Construction work for highways, roads. Culverts. Drainage construction works. Landscaping work for roads and motorways. Engineering design services for the construction of civil engineering works. Approval plans, working drawings and specifications. The Homes and Communities Agency (HCA) is procuring the design and construction of a new spine road approximately 1km in length, comprising a 2-way single carriageway route with several priority junctions along its length to facilitate industrial development.
II.1.5)Common procurement vocabulary:
45233100 - Construction work for highways, roads.
45221220 - Culverts.
45232450 - Drainage construction works.
45112730 - Landscaping work for roads and motorways.
71322000 - Engineering design services for the construction of civil engineering works.
71245000 - Approval plans, working drawings and specifications.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 9,314,731
Currency: GBP
Excluding VAT: Yes
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Price - 70
Quality - 30
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: HCAE14049
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJ: 2013/S 174 - 299892 of 05/09/2013
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 26/09/2014
V.2) Information About Offers
Number Of Offers Received: 5
Number Of Offers Received By Electronic Means: 0
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Lagan Construction Group Ltd
Postal address: Unit C2, Fairways Business Park, Deer Park Avenue
Town: Livingston
Postal code: EH54 8AF
Country: United Kingdom
Email: info@laganconstruction.com
Telephone: +44 1506476430
Fax: +44 2890458940
Internet address: www.laganconstructiongroup.com
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 16,000,000
Currency: GBP
Total final value of the contract
Value: 9,314,731
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Yes
If yes, value or proportion of the contract likely to be sub-contracted to third parties:
Not known
Short description of the value/proportion of the contract to be sub-contracted:
The surface water tank installation and road surfacing are expected to be sub contracted but the values are not yet known. There could be further work which may be subcontracted but this is not known at this stage.
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds:Yes
Reference to project(s) and/or programme(s):
Priority 2 of the ERDF Operational Programme 2007-13.
VI.2)Additional Information:
This procurement and award is subject to the transparency arrangements being adopted by the UK Government. These arrangements include the publication of tender documentation issued by the HCA and the contract between the HCA and supplier. Bidders should highlight any areas they consider commercially sensitive in order for the HCA to be able to honour our transparency obligations without undermining the bidders commercial interests.Candidates are advised that the HCA is subject to the Freedom of Information Act 2000 ("The Act"). If a candidate considers that any of the information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidential or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. The HCA shall take such statements into consideration in the event that it receives a request pursuant to the Act which relates to the information provided by the interested party. Please note, it is insufficient to include a statement of confidentiality encompassing all the information provided in the response.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=119143873
GO-20141110-PRO-6150824 TKR-20141110-PRO-6150823
VI.3.1)Body responsible for appeal procedures:
The Homes and Communities Agency
St Georges House, Kingsway, Team Vallley, Gateshead, NE11 0NA, United Kingdom
Tel. +44 3001234500, URL: www.homesandcommunities.co.uk
Body responsible for mediation procedures:
The Homes and Communities Agency
St Georges House, Kingsway, Team Valley, Gateshead, NE11 0NA, United Kingdom
Tel. +44 3001234500, URL: www.homesandcommunities.co.uk
VI.3.2)Lodging of appeals: The contracting authority will incorporate a minimum of 10 calendar days standstill period at thepoint information on the award of the contract is communicated to tenderers. This period allows unsuccessfultenderers to consider the decision and highlight any errors in the award process. Such appeals should beaddressed to the contact in I.1. If an appeal regarding the award of a contract has not been successfullyresolved, Public Contracts Regulations 2006 (SI 2006 No. 5) and any amendments thereon provide foraggrieved parties to take action in the High Court (England, Wales and Northern Ireland). Any such actionmust be brought promptly and the intention to take action brought to the attention of the contracting authority toenable suspension of award proceedings.
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Homes and Communities Agency
St Georges House, Kingsway, Team Valley Trading Estate, Gateshead, NE11 0NA, United Kingdom
Tel. +44 3001234500, URL: www.homesandcommunities.co.uk
VI.4)Date Of Dispatch Of This Notice: 10/11/2014