Section one: Contracting authority
one.1) Name and addresses
Aberdeen City Council
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
cpssprocurement@aberdeencity.gov.uk
Telephone
+44 1467539209
Country
United Kingdom
NUTS code
UKM50 - Aberdeen City and Aberdeenshire
Internet address(es)
Main address
http://www.aberdeencity.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00231
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
South College Street Junction Improvements (Phase 1)
Reference number
000-HFVG7145
two.1.2) Main CPV code
- 45233120 - Road construction works
two.1.3) Type of contract
Works
two.1.4) Short description
Road improvement works along the South College Street road corridor, Aberdeen
two.1.5) Estimated total value
Value excluding VAT: £7,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 45200000 - Works for complete or part construction and civil engineering work
- 45220000 - Engineering works and construction works
- 45221111 - Road bridge construction work
- 45233000 - Construction, foundation and surface works for highways, roads
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233123 - Secondary road construction work
- 45233124 - Trunk road construction work
- 45233125 - Road junction construction work
- 45233130 - Construction work for highways
- 45233224 - Dual carriageway construction work
two.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
South College Street, Aberdeen
two.2.4) Description of the procurement
Aberdeen City Council (The Client) is to carry out road improvement works along the South College Street corridor. Phase 1 of the project involves the creation of:
(i)an additional traffic lane along South College Street between Bank Street and Wellington Place;
(ii)an additional lane on Palmerston Place;
(iii)a new traffic signal-controlled junction at Palmerston Place/North Esplanade West;
(iv)new and altered walking and cycling infrastructure; and
(v)the alteration of the existing traffic signal-controlled junctions at South College Street/Wellington Place and South College Street/Millburn Street/Palmerston Place to provide additional capacity.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £7,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
10
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
This number would seem appropriate given the number of perceived local and national contractors who may have appetite for, and be able to undertake these works.
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
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 outlined in the attached SPD Instructions & Supporting info doc
three.1.2) Economic and financial standing
List and brief description of selection criteria
During this first stage of the selection, the selection team will determine on a pass/fail basis whether:
- the Bidder has submitted a complete and compliant SPD Response; and
- any of the Bidders are in breach of the mandatory grounds for exclusion or, in the case of the discretionary exclusion grounds, are considered ineligible at the discretion of the Council, in accordance with Part III of the SPD and Regulation 58 of the Regulations.
Stage Two: Selection Criteria - Minimum Requirements
During this second stage of the selection, the selection team will determine on a pass/fail basis whether the Bidder:
- meets the requisite economic and financial standing selection criteria deemed appropriate for the Project set out in Part 3 of these SPD Instructions; and
- meets the technical and professional ability selection criteria set out in Part 3 of these SPD Instructions.
Minimum level(s) of standards possibly required
During this first stage of the selection, the selection team will determine on a pass/fail basis whether:
- the Bidder has submitted a complete and compliant SPD Response; and
- any of the Bidders are in breach of the mandatory grounds for exclusion or, in the case of the discretionary exclusion grounds, are considered ineligible at the discretion of the Council, in accordance with Part III of the SPD and Regulation 58 of the Regulations.
Stage Two: Selection Criteria - Minimum Requirements
During this second stage of the selection, the selection team will determine on a pass/fail basis whether the Bidder:
- meets the requisite economic and financial standing selection criteria deemed appropriate for the Project set out in Part 3 of these SPD Instructions; and
- meets the technical and professional ability selection criteria set out in Part 3 of these SPD Instructions.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders shall as a minimum demonstrate the following:
1. The experience, competence and accreditations necessary to undertake works involving construction activities on public roads and Network Rail infrastructure.
2. Experience and competence in obtaining consents / approvals and liaising with the infrastructure owners / guardians such as the local roads authority and Network Rail.
3. Experience and competence in the construction of roads and associated civil engineering works, including works under railway bridges.
4. Qualifications and accreditations for carrying out the works described in the contract notice including but not limited to excavation, drainage, utility diversions, traffic signal alterations and installation, training / qualifications in the operation of the plant proposed, health and safety and risk assessment qualifications and training
5. Environmental management systems in place that will ensure works are carried out without lasting damage to the environment, minimising disruption and avoiding nuisance to the local community.
6. Ability to deliver all aspects of the contract including acting as Principal Contractor under CDM regulations, whether through the use of in-house resources or robust arrangements for selecting and managing sub-contractors or partner organisations.
Minimum level(s) of standards possibly required
Bidders shall as a minimum demonstrate the following:
1. The experience, competence and accreditations necessary to undertake works involving construction activities on public roads and Network Rail infrastructure.
2. Experience and competence in obtaining consents / approvals and liaising with the infrastructure owners / guardians such as the local roads authority and Network Rail.
3. Experience and competence in the construction of roads and associated civil engineering works, including works under railway bridges.
4. Qualifications and accreditations for carrying out the works described in the contract notice including but not limited to excavation, drainage, utility diversions, traffic signal alterations and installation, training / qualifications in the operation of the plant proposed, health and safety and risk assessment qualifications and training
5. Environmental management systems in place that will ensure works are carried out without lasting damage to the environment, minimising disruption and avoiding nuisance to the local community.
6. Ability to deliver all aspects of the contract including acting as Principal Contractor under CDM regulations, whether through the use of in-house resources or robust arrangements for selecting and managing sub-contractors or partner organisations.
three.2) Conditions related to the contract
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.2.2) Time limit for receipt of tenders or requests to participate
Date
15 November 2021
Local time
10:00am
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
17 November 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: 4 (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 invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Support for Bidders with regards the tender process itself is available free of charge from The Supplier Development Programme www.sdpscotland.co.uk
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=670119.
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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community benefits requirements will be as set out in a seperate Community Benefits Project Plan which will form part of the overall qualitative assessment at the ITT stage.
(SC Ref:670119)
six.4) Procedures for review
six.4.1) Review body
Aberdeen Sheriff Court
Aberdeen
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Institution of Civil Engineers'
Aberdeen
Country
United Kingdom