Homes and Communities Agency: Capitol Park Spine Road Phase 2

  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

UK-Leeds: Construction work for highways, roads.

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

UK-Leeds: Construction work for highways, roads.

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