Awarded contract

A1/Queen Margaret University Junction Construction Works

  • East Lothian Council

F03: Contract award notice

Notice reference: 2021/S 000-028630

Published 16 November 2021, 5:15pm



Section one: Contracting authority

one.1) Name and addresses

East Lothian Council

John Muir House

Haddington, East Lothian

EH41 3HA

Contact

Procurement

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.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.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £11,398,297 / Highest offer: £14,995,253 taken into consideration

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.2.11) 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 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: 2021/S 000-003367


Section five. Award of contract

Contract No

ELC-20-2246

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

18 October 2021

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

John Paul Construction

Dundrum Business Park, Dundrum Road

Dublin

Dublin 12

Telephone

+44 35312156100

Country

Ireland

NUTS code
  • IE061 - Dublin
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £10,000,000

Lowest offer: £11,398,297 / Highest offer: £14,995,253 taken into consideration


Section six. Complementary information

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.

(SC Ref:672195)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom