Opportunity

M5 Junction 10 Improvements Scheme

  • Gloucestershire County Council

F02: Contract notice

Notice reference: 2022/S 000-021489

Published 4 August 2022, 8:35pm



Section one: Contracting authority

one.1) Name and addresses

Gloucestershire County Council

Shire Hall

Gloucester

GL1 2TH

Contact

Mr Mike McGowan

Email

mike.mcgowan@gloucestershire.gov.uk

Telephone

+44 1452328900

Country

United Kingdom

NUTS code

UKK13 - Gloucestershire

Internet address(es)

Main address

https://www.gloucestershire.gov.uk

Buyer's address

https://www.gloucestershire.gov.uk

one.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=609d96d8-1314-ed11-8117-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=609d96d8-1314-ed11-8117-005056b64545

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

M5 Junction 10 Improvements Scheme

Reference number

DN618078

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The Council is advertising a contract for the design and provision of improvement works to the M5

Junction 10. The planned contract award date is February 2023 and the planned completion

date is April 2027.

two.1.5) Estimated total value

Value excluding VAT: £200,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45500000 - Hire of construction and civil engineering machinery and equipment with operator
  • 45250000 - Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry
  • 45240000 - Construction work for water projects
  • 45260000 - Roof works and other special trade construction works
  • 45220000 - Engineering works and construction works
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45214000 - Construction work for buildings relating to education and research
  • 45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences
  • 45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
  • 45216000 - Construction work for buildings relating to law and order or emergency services and for military buildings
  • 45217000 - Inflatable buildings construction work
  • 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants

two.2.3) Place of performance

NUTS codes
  • UKK13 - Gloucestershire

two.2.4) Description of the procurement

Background

Gloucestershire faces significant challenges to achieve its vision for economic growth. A

Joint Core Strategy (JCS) – a partnership between Gloucester City Council, Cheltenham

Borough Council and Tewkesbury Borough Council was formed to produce a co-ordinated

strategic development plan to show how the region will develop during the period up to

2031. This includes a shared spatial vision targeting 35,175 new homes and 39,500 new jobs

by 2031. Major development of new housing (c.9,000 homes) and employment land

(c.100ha) is proposed in strategic and safeguarded allocations in the West and North West

of Cheltenham, much of which lies within Tewkesbury Borough Council. This, in turn, is

linked to wider economic investment, including a government supported and nationally

significant Cyber Park adjacent to GCHQ, predicted to generate c.7,000 jobs.

The M5 J10 improvement scheme (Scheme or Project) is critical to achieving the vision set

out above. The Scheme was also identified by Highways England in the Birmingham to Exeter

Route Strategy as being critical to: (a) maintaining the safe and efficient operation of the M5

corridor; and (b) enabling the planned development and economic growth around Cheltenham, Gloucester and Tewkesbury.

A Business Case for the Scheme was submitted in March 2019 to the Housing Infrastructure

Fund, wherein the investment case was made. Funding was awarded successfully by HIF in

March 2020.

Further general information regarding background to the Scheme and its current status in

the project lifecycle can be found at the following web link:-

www.gloucestershire.gov.uk/J10

Scheme Objectives

• Support economic growth and facilitate growth in jobs and housing by providing improved

transport network connections in west and north-west Cheltenham.

• Provide the transport connections and network capacity in west and north-west

Cheltenham to facilitate the delivery of housing and economic development sites allocated

or safeguarded in the Joint Core Strategy.

• Provide a transport network in the west and north-west Cheltenham area with the levels of

service, safety and accessibility to meet current and future needs.

• Deliver a package of measures which is in keeping with the local environment , minimises

any adverse environmental impacts and meets GCC’s ambition on sustainable growth,

decarbonisation and net bio-diversity net gain.

• Provide greater connectivity between Highways England’s Strategic Road Network (M5)

and the transport network in west and north-west Cheltenham.

• Provide a more integrated transport network by providing opportunities to switch to more

sustainable transport modes within and to west, north-west and central Cheltenham.

The Authority is conducting the procurement using the restricted procedure in accordance with the requirements of the Public Contracts Regulations 2015 (SI 2015/102) (PCR 2015) for the purpose of procuring the services and works described in the Scope.

Interested parties must complete the selection questionnaire (SQ), which seeks responses in relation to their technical capacity and professional ability, as well as their economic and financial standing. The Authority will evaluate the SQ responses and select the 5 highest ranking qualified candidates to proceed to the Tender stage.

Gloucestershire County Council manages opportunities online via the following e-procurement portal: www.supplyingthesouthwest.org.uk. All interaction with Gloucestershire County Council in respect of this tender must be conducted through this system through Project ID DN618078 which can be found through the following link:

https://procontract.due-north.com/Advert/Index?advertId=609d96d8-1314-ed11-8117-005056b64545

Planned Timetable

Publication of Contract Notice: 04.08.22

Deadline for submission of SQ: 12pm 16.09.22

Issue of ITT to selected Suppliers: 18.10.22

Planned deadline for ITT return: 16.12.22

Planned Contract Award: 27.02.22

Planned Commencement of Stage 2: November 2024

Planned Completion of Stage 2: April 2027

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

27 February 2023

End date

1 April 2027

This contract is subject to renewal

No

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

https://procontract.due-north.com/Advert/Index?advertId=609d96d8-1314-ed11-8117-005056b64545


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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 stated in the tender documents.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the tender documents.

three.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


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: 2022/S 000-016948

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

Date

16 September 2022

Local time

12:00pm

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

18 October 2022

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Gloucestershire County Council

Gloucester

Country

United Kingdom