Tender

South College Street Junction Improvements (Phase 1)

  • Aberdeen City Council

F02: Contract notice

Notice identifier: 2021/S 000-025575

Procurement identifier (OCID): ocds-h6vhtk-02eb54

Published 13 October 2021, 12:25pm



Section one: Contracting authority

one.1) Name and addresses

Aberdeen City Council

Woodhill House, Westburn Road

Aberdeen

AB16 5GB

Email

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