Opportunity

A1/Queen Margaret University Junction Construction Works

  • East Lothian Council

F02: Contract notice

Notice reference: 2021/S 000-003367

Published 19 February 2021, 2:56pm



Section one: Contracting authority

one.1) Name and addresses

East Lothian Council

John Muir House

Haddington, East Lothian

EH41 3HA

Email

procurement@eastlothian.gov.uk

Telephone

+44 1620827827

Country

United Kingdom

NUTS code

UKM73 - East Lothian and Midlothian

Internet address(es)

Main address

http://www.eastlothian.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00181

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

A1/Queen Margaret University Junction Construction Works

Reference number

ELC-20-2246

two.1.2) Main CPV code

  • 45233100 - Construction work for highways, roads

two.1.3) Type of contract

Works

two.1.4) Short description

East Lothian Council (ELC) intends to carry out works by way of alterations to the existing A1/Queen Margaret University road junction by formation of slip roads, an underpass, retaining wall, roundabout, foot and cycle paths and SUDS ponds.

two.1.5) Estimated total value

Value excluding VAT: £10,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45233120 - Road construction works
  • 45233121 - Main road construction works
  • 45233125 - Road junction construction work
  • 45233128 - Roundabout construction work
  • 45233140 - Roadworks
  • 45233150 - Traffic-calming works
  • 45233161 - Footpath construction work
  • 45233162 - Cycle path construction work
  • 45233200 - Various surface works
  • 45233210 - Surface work for highways
  • 45233220 - Surface work for roads
  • 45233222 - Paving and asphalting works
  • 45233223 - Carriageway resurfacing works
  • 45233224 - Dual carriageway construction work
  • 45233226 - Access road construction work
  • 45233227 - Slip road construction work
  • 45233251 - Resurfacing works
  • 45233253 - Surface work for footpaths
  • 45233280 - Erection of road-barriers
  • 45232450 - Drainage construction works
  • 45232451 - Drainage and surface works

two.2.3) Place of performance

NUTS codes
  • UKM73 - East Lothian and Midlothian
Main site or place of performance

A1 road between Newcraighall to the north and Old Craighall junction to the south.

two.2.4) Description of the procurement

East Lothian Council (ELC) intends to appoint a principal contractor to carry out works by way of alterations to existing the A1/Queen Margaret University road junction by formation of slip roads, an underpass, retaining wall, roundabout, foot and cycle paths and SUDS ponds. The junction is located between Newcraighall junction to the north and the Old Craighall junction (with the A720 city bypass) to the south on the A1 road.

Amey Consultants have been appointed as site supervisors and will monitor, supervise & administer the project on behalf of ELC.

It is anticipated that the works will commence August 2021 and it is estimated that the duration of the construction project will be 12 months, although this is subject to change.

The contract will follow a two stage restricted procedure. Stage 1 will involve selection criteria based on the SPD. Those selected from Stage 1 will be invited to tender at Stage 2.

two.2.5) Award criteria

Quality criterion - Name: Key Personnel Qualifications & Workforce Skills Experience / Weighting: 7

Quality criterion - Name: Programme & Contract Management / Weighting: 7

Quality criterion - Name: Risk Assessments/Method Statements relating to Covid-19 / Weighting: 4

Quality criterion - Name: Client & Stakeholder Engagement / Weighting: 4

Quality criterion - Name: General Risk Mitigation / Weighting: 4

Quality criterion - Name: Health & Safety / Weighting: 4

Price - Weighting: 70

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

No

two.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:

ESPD criteria for relevant technical experience (4C1.2) will be scored by a panel of ELC representatives using the scoring matrix 0-4:

0 Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.

1 Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.

2 Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature.

3 Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.

4 Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills\capacity\capability relevant to providing similar services to similar clients.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

It is a requirement that tenderers financial standing will pass the requirements of the East Lothian Council financial health evaluation (Appendix 6: Financial Health Evaluation Flowchart).

The tenderer must hold or commit to obtain, prior to the commencement of the Contract the following types and levels of insurance:

- Employers Liability Insurance GBP 15m each and every claim (unless exempt)

- Public Liability Insurance GBP 15m each and every claim.

Minimum level(s) of standards possibly required

The financial information will be evaluated using the East Lothian Council financial health evaluation flowchart (available in the attachments section on PCS). The financial information provided will require to meet the following criteria:

i) The ratio of total assets to total liabilities (net assets) should be positive in 2 out of 3 years.

ii) The accounts should not show a loss in 2 consecutive years.

iii) The accounts should not show a loss in 1 year and negative net current assets in any 1 year.

Where the information provided does not meet item (i) but there is an improving trend East Lothian Council may consider items (ii) and (iii) and will have discretion, with regard to the evidence provided and taking into account the level of risk to East Lothian Council, as to whether a bidder will pass this requirement.

The tenderer will be required to submit evidence in the form of their audited accounts or equivalent (as detailed in the tender documents) for the most recent 2 years (2 sets of signed, audited accounts), along with details of any significant changes since the last year end.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders will be required to provide examples that demonstrate their experience and ability to deliver road, road structures, associated drainage works, similar in nature to the requirements of this contract relevant as described in part II.2.4 of the Contract Notice. Please provide at least 2 examples of projects carried out during the last 5 years (Appendix 7).

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The project will be governed by terms and conditions set out within the project contract documents NEC3 ECC Option A (Appendices 3&4).


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 040-095826

four.2.2) Time limit for receipt of tenders or requests to participate

Date

31 March 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

20 April 2021

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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 six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic payment will be used

six.3) Additional information

Quality Management Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),

OR

The bidder must have documents policies and procedures for quality management (details in the tender documents).

2. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS

OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related

scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.

OR,

The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief

Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S

management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your

company’s responsibilities of health and safety management and compliance with legislation.(Details in tender document).

3.The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with

BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,

OR

The bidder must have the following (details in tender documents):

a. A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This

policy must include and describe the bidder’s environmental emergency response procedures, including the preparedness and response

procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example

hazardous substances spill control).

b. Procedures for dealing with waste (e.g. waste management plans, waste segregation, recycling etc.).

4. Protocol for the Purpose of Assisting Prevention of Organisational Fraud and Organised Crime:

Police Scotland and East Lothian Council recognise that there is an opportunity for unscrupulous, criminal or corrupt persons and criminal

enterprises to be involved in criminality and to make criminal financial gains from the supply of equipment and from the provision of

services to public funded bodies. As part of this tender process, the details provided in the tender by all bidders will be passed to Police Scotland to be verified.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=644537.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

As part of the Councils wider duties towards its citizens, the Council wishes to engage with suppliers to delivery benefits to our young people, through work experience opportunities, training opportunities or links with schools as well as engaging in supply chain initiatives. The successful supplier will be required to engage with East Lothian Works for the delivery of the relevant community benefits.

(SC Ref:644537)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=644537

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom