Shropshire Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | DMNH 034 – Oswestry Innovation Park – Service Roads and Utilities |
Notice type: | Contract Notice |
Authority: | Shropshire Council |
Nature of contract: | Works |
Procedure: | Restricted |
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. |
Published: | 22/11/2023 15:27 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Shropshire Council
Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
Tel. +44 1743252992, Email: procurement@shropshire.gov.uk
Contact: Nigel Denton - Procurement Manager
Main Address: www.shropshire.gov.uk
NUTS Code: UKG22
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Construction-work-for-highways%2C-roads./BUTV6ABJRP
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Construction-work-for-highways%2C-roads./BUTV6ABJRP to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
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
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
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:
UKG22 Shropshire CC
II.2.4) Description of 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:
Criteria below
Quality criterion - Name: Quality / Weighting: 40
Cost criterion - Name: Price / Weighting: 60
II.2.6) Estimated value:
Value excluding VAT: 6,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 25/03/2024 / End: 30/06/2025
This contract is subject to renewal: No
Description of renewals: Not provided
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
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
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 (if applicable) :
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 (if applicable) :
Selection criteria as stated in the procurement documents
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
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.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 22/12/2023 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 15/01/2024
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 month(s): 6
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used 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
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/BUTV6ABJRP
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice, The Strand
Shirehall, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 22/11/2023
Annex A